Loading...
R-83-533 - 7/28/1983WHEREAS, the City has duly advertised for bids for construction of certain improvements to the wastewater treatment plant, and WHEREAS, ZZ f4 Jx/ / 4 1 A. , submitted the lowest and best bid, said bid being in the amount of $ , and WHEREAS, the council wishes to accept the bid of i i[ /Y�tida ,M i a. , and to enter into a contract for the construction of said improvements, Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS That the bid of aelynitda, 4 ?, 2 . , is hereby accepted as the lowest and best bid, and the Mayor is hereby authorized and directed to execute on behalf of the City a contract with construction of improvements to the City's wastewater treatment plant. ATTEST: NE RESOLVED this /r day of July, LAND, City Secretary RESOLUTION NO. J Al •ir i` LARR . ON , Mayor City of Round Rock, Texas , for the Haynie & Kaltman Inc. 2115 North May I CONSULTING ENGINEERS Round Rock. Texas 78864 (512) 255 -4564, 255 -7881 BID TABULATIONS BIDS EXTENDED AND CHECKED - By: Date: Sheet: SW, CA July 8, 1983 1 of 2 OWNER CITY OF ROUND ROCK, TEXAS BIDDERS JOB NO. 0103 -186 BID DATE 7 -7 -83 TIME 2:00 P.M. LAMBDA CONSTRUCTION CO. San Antonio, Tx. DELTA ELECTRIC CONST. CO., INC. San Antonio, Tx. R. B. BUTLER, INC. Bryan, Tx, PSENCIK CONST. CO., INC. Temple, Tx. LOCATION CITY OF ROUND ROCK, TEXAS DESCRIP 1' 11 1 n, • 1 " 1 n, n. . . ,, IMPROVEMLNIS 'ITEM UNIT APPROX. QUANTITY UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST UNIT PRICE COST Bld Bond Enclosed? Yes Yes Yes Yes 'um.er o a en.ar lays 'ropose. immoimmiorlatm - -Nn11I11♦- mo;= -- '..en.um 'o. c now e.ge.. 1111111 'es es —1111 'es rMOMMIG I 1 M�� u.ge Iewa ering - :ase :1. : soli ' soli : mil • 111 1 . u .ge Iewa ering - :i. 111 I1 111 1 s. �� � 11 1 1II �- � ADO ALIERNAIES. Y IIMIEll us'y_.Ya1 11- imi7LIIk. 11- EnLimAU 11- [.lisLm s ' ' "a er 1ne t._.'� maummis, - ma?1_III: 11- 1 mum - 1 '..1 lona u.ge 'ump 119Fill Emig II. t imm fi'; 1/ iiimiumms, - mom 1 .. '..1 lona 'o er ump t 11 2 mimplimut - immonigas, - mum • immumma ilignigt - , 11 g mu • :. 'rea Irwin `M.S mialsm 1 Ili - mums minum -Emim 1 • 'ump creen :ox IVA= iiiminmst2 iiim___ 11- immims Ea _ nimm, • 1, •oo over orine ora•e Mai 11 II- /1: /1- iiimitnius 1 11 • "a a p 1 er :ox , 11 1 11 ' I 11 : 11 II , 11 1 ALTERNATE SLUDGE EQUIPMENT: III 1Z. Ashbrook No Bid 'o ; Same 'o :1• No Bid `o :i. No Bid 'o 11 13. Elmco — 14. Parkson L.S. Deduct 20,001 01 Deduct 19,811 0 No Bid No Bid BID TABULATIONS By: Date: Sheet: SW, CA July 8, 1983 2 of 2 OWNER CITY OF ROUND ROCK, TEXAS BIDDERS JOB NO. 0103 -186 BID DATE 7 -7 -83 TIME 2:00 P.M. AUSTIN ENGINEERING CO., INC. Austin, Tx. GOOLSBY BUILDING CORP. Temple, Tx. LOCATION CITY OF ROUND ROCK, TEXAS DESCRIPIIUN SLUUIiE UtWAIERINS AND WASIEWAIER PLAN( IMPROVEMENTS •ITEM - UNIT APPROX. QUANTITY UNI1 PRICE COST UNIT PRICE COST UNIi PRICE COST UNIT PRICE COST Bid Bond Enclosed? Yes Yes Number of Calendar Days Proposed? 210 270 Addendum No. 1 Acknowledged? Yes Yes 1. Sludge Dewatering - Base Bid L.S. $ 351,001 OL $ 360,00C OC u•ge Iewa ering - . :i, . . . II 1 I II 1 ADO ALiERNAiES: 3. Plant Roadway L.S. $ 2T,00C OC $ 38,1500 OC 4. 6" ACP Water Line L.S. 11,001 01 10,501 OC 5. Additional Sludge Pump L.5. 15,00L 01 16,000 OC 6. Additional Polymer Pump L.S. 4,000 O1 4,200 01 7. Bridge L.S. 4,100 OC 5,000 01 8. Area Grain L.S. 2,70L 01 3,00 OC 9. Pump Screen Box L.S. 4,500 00 6,300 00 10. Roof over Chlorine Storage L.5.. 1,500 00 1,800 00 11. Wall at Splitter Box L.S. 3,001 00 No Bid ' ALIhRNATE SLUDGE EQUIPMEN1: 12. Ashbrook - L.S. No Bid No Bid 13. Elmco L.S. - N� Bid No Bid 14. Parkson L.S. No Bid No Bid y2 ct w/ � 6L, 7-.2P-43 Haynie & Kallman Inc. CONSULTING ENGINEERS CITY OF ROUND ROCK, TEXAS 1983 - C.I.P. SLUDGE DEWATERING AND WASTEWATER PLANT IMPROVEMENTS SPECIFICATIONS AND CONTRACT DOCUMENTS Bids will be received at the City Hall of the City of Round Rock, 214 East Main Street, Round Rock, Texas 78664, at 2:00 p.m., Thursday, July 7, 1983. Specification No. ` 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Haynie & Kallman, Inc. CONSULTING ENGINEERS 1 2115 North Mays • Round Rock, Texas 78664 • (512) 255 -7861, 255.4564 / 12103 Technology Blvd. • Austin, Texas 78759 • (512) 250-8611 July 1, 1983 ADDENDUM NO. 1 CITY OF ROUND ROCK 1983 - C.I.P. S'LUbGE IIEWATERING AND WASTEWATER PLANT IMPROVEMENTS Addendum No. 1 to the`Plans, Specifications and Contract Documents for_the "Sludge Dewatering and Wastewater Plant Improvements" project for the City of Round Rock, Texas. 1. Enclosed find revised Plan sheet 9 of 14. Revisions include the addition of electric outlets and lighting. 2. Enclosed find Special Conditions consisting of five (5) pages to - be added to the Specifications. 3. Per Plan sheet 5 of 14, / Detail E -5, the discharge sludge chute opening in the floor shall require angle iron at the perimeter and additional floor support steel, size and location to be determined. 4. Per Section 12 -02 - Pump & Motor, the run dry without freezing up and the maximum particle size of 3 inches are deleted. The maximum particle size is changed to 1.1 inches. 5. Each Bidder shall acknowledge receipt of this Addendum on Page 2 of the Proposal. ADDENDUM NO. 1 - 1/1 CIVIL ENGINEERING • CONSULTANTS • MUNICIPAL ENGINEERING • LAND PLANNING • SURVEYING 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1� SECTION 01 - INFORMATION 01 -01 ENGINEER The word "Engineer" in these Specifications shall be understood as referring to Haynie & Kallman, Inc., 2115 N. Mays, Round Rock, Texas 78664. Engineer of the Owner, or the Engineer's authorized representative, supervisor or inspec- tor to act in any particular position for the Qwner. 01 -02 COPIES OF PLANS AND SPECIFICATIONS FURNISHED 01 -03 GOVERNING CODES All construction as provided for under these Plans and Specifications shall be governed by any existing Resolutions, Codes and Ordinances, and any subsequent amendments or revisions thereto as set forth by the Owner. 01 -04 LIQUIDATED DAMAGES FOR FAILURE TO COMPLETE ON TIME 01 -05 TIME OF COMPLETION The work shall be completed within the number of calendar days stated in the Proposal. The time shall begin from the date of the Agreement, or the date of the Notice to Proceed, whichever is latest. 01 -06 OWNER SPECIAL CONDITIONS OF AGREEMENT The Agreement will be prepared in not less than five (5) counterparts (original signed) sets. Owner will furnish Contractor three (3) sets of conforming Contract Documents, Technical Speci- fications and Plans free of charge, and addi- tional sets will be obtained from Engineer at commercial reproduction rates plus 15% for handling Refer to the General Conditions of Agreement, Section 5.06, Page 17 for description. The Owner shall be the party of parties named in the Notice to Contractor. SC -1 01 -07 LOCATION The location of work shall be as mentioned in the Notice to Contractor and as indicated on the Plans. SECTION 02 - SPECIAL CONSIDERATIONS 02 -01 CROSSING UTILITIES Prior to commencing construction, it shall be the Contractor's responsibility to make arrange- ments with the Owners of such utility companies to uncover their particular utility lines or otherwise -conform their location. Certain util- ity companies perform such services at their own expense, however, where such is not the case, the Contractor will cause such work to be done at his own expense. 02 -02 "AS- BUILT" DRAWINGS The Contractor shall mark all changes and revi- sions on all of his copies of the working draw- ings. Upon of the Project and prior to final acceptance and payment, the Contractor shall deliver th.s correctly marked set of draw- ings to the Ef gineer. 02 -03 LANDS FOR WORK Owner provides, as indicated on Drawings, land upon which work is to be done, rights -of -way for access to same and such other lands which are designated for use of Contractor. Contractor provides, at his expense and without liability of Owner, any additional land and access thereto that may be required for his construction opera- tions, temporary construction facilities, or for storage of materials. 02 -04 UTILITY SERVICES FOR CONSTRUCTION The Contractor will be responsible for providing his own utility services during construction. No additional payment will be made for this item. SC -2 02 -05 GUARANTEES Guarantee work, including equipment installed, to be free from defects due to faulty workman- ship or materials for a period of one year from date of acceptance by City Council of Final Estimate. Upon notice from Owner, repair de- fects in all construction which develop during specified period at no cost to Owner. Neither final acceptance nor final payment nor any pro- vision in Contract Documents relieves Contractor_ of above guarantee. Notice of observed defects will be given with reasonable promptness. Fail- ure to repair or replace defect upon notice en- . titles Owner ti repair or replace same and reco- ver'reasonable cost thereof from Contractor. 02 -06 DEVIATIONS OCCASIONED BY UTILITY STRUCTURES Whenever existing utilities, not indicated on Plans, present obstructions to grade and align - ment of pipe, immediately notify Engineer, who without delay, will determine whenever existing improvements are to be relocated, or grade and alignment of.. pipe changed. Where necessary to move services, poles, guy wires, pipelines, or other obstructions, make arrangements with Owners of utir;ttes. Owner will not be liable for damages on account of delays due to changes made by Owners of privately owned utilities which hinder progress of work. 02 -07 MINIMUM WAGE SCALE Wage rates paid for highway -heavy construction and paving and utilities incidental to general building construction in Zone 8 which includes Williamson County, Texas, in accordance with the latest revisions thereof. 02 -08 LIMIT OF FINANCIAL RESOURCES The City of Round Rock has a limited amount of financial resources committed to this Project; therefore, it shall be understood by all bidders that the Owner may be required to change and /or delete any items which he may feel is necessary to accomplish all or part of the scope of work within its limit of financial resources. SC -3 Contractor shall be entitled to no claim for damages for anticipated profits on any portion of work that may be omitted. At any time during the duration of this contract, the Owner reserv- es the right to omit any work from this con- tract. Unit prices for all items previously approved in this contract shall be used to delete or add work per change order. 02 -09 CONSTRUCTION INSPECTION The Owner provide an inspector to review the quality of materials and workmanship. 02-10 LIMITS Q$ WORK.AND PAYMENT It shall be the obligation of the contractor to complete all included in this contract, so authorized by the Owner, as shown on the draw - ings_or described in the contract documents and - technical specifications. All items of con- struction not specifically paid for in the bid schedule shall be included in the unit price bids. Any question arising as to the limits of .work shall be left up to the interpretation of the Engineer. SECTION 03 - INSURANCE ° '( 1 03 -01 Insurance policies must be obtained by the Con- tractor or separate endorsement obtained to his existing insurance policies on projects that involve special hazards, such as blasting, exca- vation on public properties, etc. The principal types of insurance which will be necessary are: Public Liability and Property Damage to protect the Contractor, any of his sub - contractors and the Owner against claims arising from personal injury, including accidental death, as well as claims for property damage. The amount for liability is $100,000/$300,000. The amount of property damage will depend upon the magnitude and nature of the project. Automobile and Truck Public Liability and Pro - perty Damage to protect the same individuals as indicated under Public Liability and Property Damage above, and in the same amounts for lia- bility. SC -4 Worker's Compensation and Employer's Liability Builder's Risk Insurance is necessary to cover loss of or damage to the building materials while the project is under construction. The Contractor shall supply to the Owner a Cer- tificate of Insurance, on a form supplied by the insurance companies or a form similar to the attached samples from the Contractor prior to the start of work. SC -5 TABLE OF CONTENTS TITLE SHEET TABLE OF CONTENTS NOTICE TO CONTRACTORS ADVERTISEMENT INSTRUCTIONS TO BIDDERS PROPOSAL AND BIDDING SHEET AGREEMENT BID BOND PERFORMANCE BOND PAYMENT BOND CERTIFICATE OF INSURANCE INFORMATION REQUIRED OF LOW BIDDER GENERAL CONDITIONS OF AGREEMENT SPECIAL CONDITIONS OF AGREEMENT TECHNICAL SPECIFICATIONS NOTICE TO CONTRACTORS FROM THE CITY COUNCIL OF THE CITY OF ROUND ROCK, TEXAS 1983 C.I.P. SLUDGE DEWATERING AND WASTEWATER PLANT IMPROVEMENTS Sealed bids, in envelopes addressed to The City of Round Rock, 214 East Main Street, Round Rock, Texas 78664, will be received at the above mentioned address until 2:00 p.m., Thursday, July 7, 1983, and then publicly opened and read, for furnishing all plant, labor, material and equipment and performing all work required for the construction of sludge dewatering and wastewater plant improvements located in Round Rock, Williamson County, Texas. Bids will be submitted in sealed envelopes for each Con- tract on the proposal furnished, and marked in the upper left hand corner "Bid for 1983 C.I.P. - Sludge Dewatering and Wastewater Plant Improvements to be opened at 2:00 p.m., Thursday, July 7, 1983." All proposals shall be accompanied by a cashier's certi- fied check upon a national or state bank in the amount of five (5) percent of the total maximum bid price payable with- out recourse to The City of Round Rock, or a bid bond in the same amount from a reliable surety company, as a guarantee that bidder will enter into a contract and execute perform- ance bond within ten (10) days after notice of award of con- tract to him. The notice of award of contract shall be given by the Owner within thirty (30) days after the bid opening. The bid security must be enclosed in the same envelope with the bid. Bids without check or bid bond will not be consid- ered. All bid securities will be returned to the respective bidders within twenty -five (25) days after bids are opened, except those which the Owner elects to hold until the suc- cessful bidder has executed the contract. Thereafter all remaining securities, including security of the successful bidder, will be returned within sixty (60) days. The suc- cessful bidder must furnish performance bond and payment bond upon the forms which are available in the office of The City of Round Rock in the amount of one hundred (100) percent of the contract price from an approved surety company holding a permit from the State of Texas to act as surety (and accept- able according to the latest list of companies holding certi- ficates of authority from the Secretary of the Treasury of the United States) or other surety or sureties acceptable to the Owner, with approval prior to bid opening. Page 1 of 2 The right is reserved, as the interest of the Owner may require, to reject any and all bids, and to waive any infor- mality in bids received. Plans, specifications and bidding documents may be se- cured from the office of the Engineer, Haynie & Kallman, Inc., on deposit of Fifty Dollars ($50.00) per set, which sum so deposited will be refunded provided: (1) All documents are returned in good condition to the Engineer not later than forty -eight (48) hours prior to the time for receiving bids; or (2) The Contractor submits a bid and all documents are returned in good condition to the Engineer not later than five (5) days after the time that bids are received. Plans and specifications may be examined at the office of the Engineer, Haynie & Kallman, Inc., 2115 North Mays, Round Rock, Texas. Bidders should carefully examine the Plans, Specifications and other documents, visit the site of work, and fully inform themselves as to all conditions and matters which can in any way effect the work or the cost hereof. Should a bidder find discrepancies in, or omissions from the Plans, Specifications or other documents, or should be in doubt as to their meaning, he should notify the Engi- neer, Haynie & Kallman, Inc. and obtain clarification prior to submitting any bid. Prequalification Requirements: The bidder is to submit information regarding his qualifications with this bid in accordance with instructions contained in the Bid Form. Minimum Wage Scale: As specified and regulat- ed by the State of Texas and the Federal Government. The improvements shall be completed within the number of calendar days bid on Page 2 of the Bid Proposal after notice to proceed from the Owner. Page 2 of 2 ADVERTISEMENT PROJECT TITLE: 1983 C.I.P. - Sludge Dewatering and Wastewater Plant Improvements OWNER: City of Round Rock, Texas LOCATION: Round Rock, Williamson County, Texas TYPE: Wastewater Plant Improvements BID BOND: 5% PERFORMANCE BOND: 100% PAYMENT BOND: 100% PLANS AVAILABLE: Tuesday, June 14, 1983 Haynie & Kallman, Inc. 2115 North Mays Round Rock, Texas 78664 (512) 255 -7861 OPENING TIME: 2:00 p.m., Thursday, July 7, 1983 OPENING PLACE: City Hall City of Round Rock 214 E. Main Street Round Rock, Texas 78664 INSTRUCTIONS TO BIDDERS PROPOSAL The proposal shall be submitted on the bidding forms which are included herein, and shall be enclosed in a sealed enve- lope addressed to: City of Round Rock 214 E. Main Street Round Rock, Texas 78664 and shall be identified as follows: "BID FOR 1983 C.I.P. - SLUDGE DEWATERING AND WASTEWATER PLANT IMPROVEMENTS to be opened at 2:00 p.m., Thursday, July 7, 1983." A proposal will not be accepted unless prepared on the bid- ding form provided. The sealed proposals will be publicly opened and read at the time and place stated in the Notice Inviting Bids. Bidders or their authorized agents are invit- ed to be present. Unauthorized conditions, limitations or provisions attached to a proposal will render it informal and may cause its rejection. The complete proposal forms shall be without addition, alterations or erasures. Alternative proposals will not be considered unless called for. No oral, telegraphic or telephonic proposals or modifications will be considered. The proposal may be withdrawn upon request by the bidder without prejudice to himself prior to, but not after, the time fixed for opening of bids, provided that the request is in writing, has been executed by the bidder or his duly authorized representative, and is filed with the Owner. DISQUALIFICATION OF BIDDERS More than one proposal from an individual, firm, partnership, corporation or association under the same or different names, will not be considered. Reasonable grounds for believing that any bidder is interested in more than one proposal for the work contemplated will cause the rejection of all propo- sals in which such bidder is interested. If there is reason for believing that collusion exists among bidders, all bids will be rejected and none of the participants in such collu- sion will be considered in future proposals. 1 of 3 RETURN OF PROPOSAL GUARANTEES Within twenty -five (25) days after an award of the Contract, the Owner will return the proposal guarantees accompanying each of the proposals as are not considered in making the award. All other proposal guarantees will be held until the Contract has been finally executed. They will then be re- turned to the respective bidders whose proposals they accom- pany. AWARD OF CONTRACT - RESERVATION OF RIGHTS Contracts, if awarded, will be awarded to responsible bidders whose proposals comply with all the requirements prescribed. Awards, if made, will be made within thirty (30) calendar days after the opening of the proposals. The Owner reserves the right to reject any or all bid proposals, to accept the lowest responsible bidder's proposal, and to waive any infor- mality in any proposal. EXECUTION OF CONTRACT A bidder to whom award is made shall execute a written con- tract with the Owner on the form of agreement provided. Failure or refusal to enter into a contract as herein provid- ed, or to conform to any of the stipulated requirements in connection therewith shall be a just cause for the annulment of the award. If the successful bidder refuses or fails to execute the Contract, the Owner may award the Contract to second lowest responsible bidder. If the second lowest re- sponsible bidder refuses or fails to execute the Contract, the Owner may award the Contract to the third lowest respon- sible bidder. On the failure or refusal of such second and third lowest responsible bidder to execute the Contract, the work may be re- advertised. PROPOSAL GUARANTEE Each proposal shall be accompanied by a certified or cash- ier's check or bid bond in the amount of not less than 5% of the amount named in the proposal. Said check or bond shall be made payable to the Owner and shall be given as a guaran- tee that the bidder, if awarded the work, will enter into a contract within ten (10) days after the award and will fur- nish the necessary bonds as hereinafter provided. In case of refusal or failure to enter into said contract, the check or bond as the case may be, shall be forfeited to the Owner. No bidder's bond will be accepted unless it conforms substan- tially to the form furnished by the Owner, which is bound herein, and is properly filled out and executed. 2 of 3 PROPOSAL SIGNATURE If the proposal is made by an individual, it shall be signed and his full name and his address shall be given; if it is made by a firm it shall be signed with the co- partnership name by a member of the firm, who shall sign his own name, and the name and address of each member shall be given; and if it is made by a corporation the name of the corporation shall be signed by its duly authorized officer or officers attested by the corporate seal, and the names and titles of all officers of the corporation shall be given. COMPETENCY OF BIDDERS In selecting the lowest responsible bidder, consideration will be given not only to the financial standing, but also to the general competency of the bidder for the performance of the work covered by the proposal. To this end each proposal shall be supported by a statement of the bidder's experience, on the form entitled "Information Required of Low Bidder ", bound herein. BIDDER'S EXAMINATION OF SITE Each bidder shall examine carefully the site of the proposed work and the Contract Documents therefor. It will be assumed that the bidder has investigated and is satisfied as to the conditions to be encountered; as to the character, quality and quantity of materials to be furnished and as to the requirements of the Contract, Specifications and Drawings. ADDENDA Bidders desiring further information, or interpretation of the Plans or Specifications must make request for such infor- mation in writing to Engineer, prior to 48 -hours before the bid opening. Answers to all such requests will be given in writing to all bidders, in Addendum form, and all Addenda will be bound with, and made a part of, the Contract Docu- ments. No other explanation or interpretation will be consi- dered official or binding. Should a bidder find discrepan- cies in, or omissions from the Plans, Specifications or other Contract Documents, or should he be in doubt as to their meaning, he should at once notify the Engineer in order that a written Addendum may be sent to all bidders. Any Addenda issued prior to twenty -four (24) hours of the opening of bids will be mailed or delivered to each Contractor contemplating the submission of a proposal on this work. The proposal as submitted by the Contractor will be so constructed as to in- clude any Addenda if such are issued by the Engineer prior to twenty -four (24) hours of the opening of bids. 3 of 3 PROPOSAL TO THE CITY OF ROUND ROCK FOR THE CONSTRUCTION OF 1983 C.I.P. - SLUDGE DEWATERING AND WASTEWATER PLANT IMPROVEMENTS IN ROUND ROCK, TEXAS The undersigned, as bidder, declares that the only person or parties interested in this proposal as principals are those named'herein, that this proposal is made without collusion with any other person, firm or corporation; that he has care- fully examined the form of contract, Notice to Contractors, inviting bids, conditions and classes of materials of the proposed work; and agrees that he will provide all the neces- sary labor, machinery tools, apparatus, and other items inci- dental to construction, and will do all the work and furnish all the materials called for in the contract and specifica- tion in the manner prescribed therein and according to the requirements of the Engineer as therein set forth. It is understood that the following quantities of work to be done at unit prices are approximate only, and are intended principally to serve as a guide in evaluating bids. It is further agreed that the quantities of work to be done at unit prices and materials to be furnished may be increased or diminished as may be considered necessary, in the opinion of the Engineer, to complete the work fully as planned and contemplated, and that all quantities of work, whether in- creased or decreased are to be performed at the unit prices set forth below except as provided for in the Specifica- tions. It is further agreed that lump sum prices may be increased to cover additional work ordered by the Engineer; but not shown on the plans or required by the Specifications, in accordance with the provisions of the General Conditions. Similarly, they may be decreased to cover deletion of work so ordered. It is understood and agreed that the work is to be completed within the time herein stated. The undersigned bidder agrees to commence work within seven (7) days after written notice to commence has been given. Page 1 of 8 ACKNOWLEDGEMENT OF PAYMENT ITEMS The undersigned acknowledges that the foregoing bid items are the only items of payment under this contract and that his bid price under these items reflects the complete charges for furnishing all labor, material, and equipment to complete the project as outlined in the plans, specifications, and con- tract documents. KNOWLEDGE OF LOCAL CONDITIONS AND CONTRACT DOCUMENTS The undersigned warrants that he has examined the location of the proposed work, the plan drawings, specifications, and all other parts of the Contract Documents, and is familiar with the local conditions at the place where the work is to be performed. CONTRACT TIME If awarded the Contract, the undersigned agrees to complete the work in 310o calendar days (BIDDER TO FILL -IN). OWNER'S RIGHTS RESERVED The undersigned understands and agrees that the Owner reser- ves the right to reject any or all Proposals or to waive any informalities of technicalities in any proposal in the inter- est of the Owner, except as specifically limited by the terms of the Contract Documents or applicable Laws or Governmental Regulations. ADDENDA The undersigned acknowledges receipt of the following adden- da: Addendum No. Dated ONF 11ILY 1 I9R3 Page 2 of 8 SUBMISSION OF THE PROPOSAL In accordance with the Contract Documents, the above Proposal is hereby respectfully submitted by: LAMBDA CONSTRUCTION COMPANY JULY 7, 1983 Name of Contractor Date JAY MUENNINK SECRETARY - TREASURER Executed b (Signature) Title or Position 2562 BROADWALK (512) 828 -7088 Business Address Telephone Number SAN ANTONIO TEXAS City State (Seal if Bid is by a Corporation.) ATTEST: JOE ELLEN BRYAN EQUIPMENT TO BE SUPPLIED Base Bid Dewatering Equipment shall be supplied by: V -OMuNL S JLNyoI.1 Name of Manufacturer Address Name of Representatlive Page 3 of 8 L DL. 1.A S 78217 Zip CONTRACT: SLUDGE DEWATERING AND WASTEWATER PLANT IMPROVEMENTS JOB LOCATION: ROUND ROCK, WILLIAMSON COUNTY, TEXAS OWNER: CITY OF ROUND ROCK, TEXAS Gentlemen: Pursuant to the foregoing Advertisement for Bids and Instructions to Bid- ders, the undersigned bidder hereby proposes to do all the work, to furnish all necessary superintendence, labor, machinery, equipment, tools, materials, insur- ance and miscellaneous items, to complete all the work on which he bids as pro- vided by the attached supplemental specifications, and as shown on the plans for the construction of Sludge Dewatering and Wastewater Plant Improvements, and binds himself on acceptance of this proposal to execute a contract and bond for completing said project within the time stated, for the following prices, to wit: Bid Item Quantity Unit 1 PROPOSAL BIDDING SHEET SLUDGE DEWATERING - BASE BID Item Description and Written Unit Price 1 L.S. Furnish and install one complete sludge dewatering system by Komline- Sanderson, including one two -meter belt filter press, one sludge transfer pump, 4" PVC sludge line, bulk polymer tank, transfer pump, two polymer mixing tanks, mixers, one metering pump, air compressor, wash -down pump, sludge flow meter (magnetic meter), concrete building foundation, 36' x 36', 2 story metal building, floor grating, structural supports, piping, valves, elec- trical, controls, and all other appurtenant equipment for a complete and operating sludge dewatering system, complete in place per lump sum Two Hundred for Eighty -Five Thousand Dollars and No Cents TOTAL BASE BID - SLUDGE DEWATERING $ 285,000.00 Page 4 of 7 Amount SLUDGE DEWATERING - ALTERNATE BID Bid Item Description Item Quantity Unit and Written Unit Price 2 1 L.S. Furnish and install one complete sludge dewatering system by Komline- Sanderson, including one two -meter belt filter press, one sludge transfer pump, 4" PVC sludge line, bulk polymer tank, transfer pump, two polymer mixing tanks, mixers, one metering pump, air compressor, wash -down pump, sludge flow meter (magnetic meter), sludge conveyor, floor grating, 50' wide x 90' long x 12' eave height metal build- ing, structural supports, floor grating, piping, valves, electrical, controls, and all other appurtenant equipment for a com- plete and operating sludge dewatering sys- tem, complete in place, per lump sum Two Hundred for Sixty -Three Thousand Dollars and No Cents Bid Item Quantity Unit NO AWARD TOTAL ALTERNATE BID - SLUDGE DEWATERING $ 26;7999v90 SLUDGE DEWATERING - ADD ALTERNATES Item Description and Written Unit Price 3 1 L.S. Plant access roadway and parking area, with 6" base material and 2' base shoulders, 1 -1/2" HMAC, complete with drainage culverts, subgrade preparation, per site plan, complete in place, per lump sum Twenty -Two Thousand for Five Hundred Dollars NO AWARD and No Cents $ 22;5ee:e6 4 1 L.S. Install approximately 450 L.F. of 6" ACP, Cl. 150 water line, including pipe, fittings, trench, backfill and fire hydrant, 3" PVC, Cl. 160 water service to sludge building, 3" meter and valve box with C.I. cover, complete in place, per lump sum Eleven Thousand for Five Hundred Dollars NO AWARD and No Cents $ f1;586 O6 Page 5 of 7 Amount Amount Bid Item Description Item Quantity Unit and Written Unit Price Amount 5 1 L.S. Furnish and install one additional sludge transfer progressive cavity pump for a two pump installation, complete with concrete pad, pump, electric motor, piping, electri- cal buried service to pump, trench and backfill, complete in place, per lump sum for Twenty Thousand Dollars NO AWARD and No Cents $ - 2{f0300,1DG 6 1 L.S. Furnish and install one additional polymer metering pump for a two pump installation, complete with pump, meter, valves and pip- ing, electric and controls, complete in place, per lump sum for Four Thousand Five Hundred Dollars NO AWARD and No Cents $ -4, 7 1 L.S. Furnish and install one access bridge, com- plete in place, per lump sum for Five Thousand Three Hundred Dollars and No Cents $ 5,300.00 8 1 L.S. Furnish and install one area drain, com- plete in place, per lump sum 11 for One Thousand Six Hundred Dollars and No Cents $ 1,600.00 9 1 L.S. Furnish and install one pump screen box, complete in place, per lump sum for Seven Thousand Five Hundred Dollars NO AWARD and No Cents $ - 7750O-00. 10 1 L.S. Furnish and install one roof addition to existing chlorine tank storage area, com- plete in place, per lump sum for Four Thousand Three Hundred Dollars NO AWARD and No Cents $ 4 1 L.S. Furnish and install one additional wall at splitter box, complete in place, per lump sum for Three Thousand and No Page 6 of 7 Dollars NO AWARD Cents $ -37000:OP ALTERNATE SLUDGE DEWATERING EQUIPMENT ADD TO OR DEDUCT FROM BASE BID Bid Item Description Item Quantity Unit and Written Unit Price Amount 12 1 L.S. Furnish and install complete sludge dewater- ing system by Ashbrook in lieu of Komline- Sanderson, including one two -meter belt filter press and all other appurtenant equipment as described in Item 1 or 2, for a complete and operating sludge dewatering system, complete in place, per lump sum for and No Bid 13 1 L.S. Furnish and install complete sludge dewater- ing system by EIMCO in lieu of Komline- Sanderson, inc u l g one two -meter belt fil- ter press and all other appurtenance equip- ment, as described in Item 1 or 2, for a complete and operating sludge dewatering system, complete in place, per lump sum for and for and No Bid 14 1 L.S. Furnish and install complete sludge dewater- ing system by Parkson in lieu of Komline- Sanderson, including one two -meter belt fil- ter press and all other appurtenant equip- ment, as described in Item 1 or 2, for a com- plete and operating sludge dewatering system, complete in place, per lump sum Twenty Thousand No Dollars NO AWARD Cents $ N/B ADD TO OR DEDUCT FROM BASE BID (Indicate One) Page 7 of 7 Dollars NO AWARD Cents $ N/B ADD 10 OR DEDUCT FROM BASE BID (Indicate One) Dollars Cents $ 20,000.00 DEDUCT FROM BASE BID (Indicate One) BID AWARD: Base Bid Item #1, Items #7, #8 & #14 - CONTRACT AMOUNT $ 271,900.00 TOR. AGREEMENT THE STATE OF TEXAS I KNOW ALL MEN BY THESE PRESENTS COUNTY OF WILLIAMSON y That this Agreement made and entered into this day of , A.D., 1983, by and between the CITY OF ROUND ROCK, TEXAS, its Mayor, First Party, hereinafter termed the OWNER, and LAMBDA CONSTRUCTION COMPANY of the City of San Antonio , County of Bexar State of Texas, Second Party, hereinafter termed the CONTRAC- WITNESSETH: That for and in consideration of the pay- ments and agreements hereinafter mentioned to be made and performed by said First Party (Owner), the said Second Party (Contractor) hereby agrees with the First Party to commence and complete the construction of certain improvements at the prices set forth in the Contractor's Proposal dated July 7, 1983, for certain improvements described as follows: 1983 C.I.P. - SLUDGE DEWATERING AND WASTEWATER PLANT IMPROVEMENTS The Contractor shall perform all work shown on the Plans and described in the Specifications and shall meet all re- quirements of this Agreement, the General and Special Condi- tions of the Contract; and such Orders and Agreements for Extra Work as may subsequently be entered by the above named parties to this Agreement. The Contractor hereby agrees to commence work under this contract within 30 consecutive calendar days after award of contract and shall cause work to progress in a manner satis- factory to the Owner. Such work shall be completed in full within 360 consecutive calendar days after award of con- tract. The Owner agrees to pay the Contractor in current funds, and to make payments on account, for the performance of the work in accordance with the Contract, at the prices set forth in the Contractor's Proposal, subject to additions and deduc- tions, all as provided in the General Conditions of the Agreement. Page 1 of 2 AGREEMENT (Continued) The following documents, together with this Agreement, comprise the Contract, and they are as fully a part thereof as if herein repeated in full: ATTEST: Notice to Contractors Instructions to Bidders Proposal and Bidding Sheets Performance & Payment Bonds General Conditions of Agreement IN WITNESS WHEREOF the Parties executed this Agreement in the year written. BYE / /1LLT J�/ / By Cf y Secretary Mayor ATTEST: BY 4 i737 . ( M ) � h I r z Page 2 of 2 Special Conditions of Agreement Technical Specifications Addenda Change Orders Plans to these presents have and day first above CITY OF ROUND ROCK, TEXAS, OWNER LAMBDA CONSTRUCTION COMPANY, CONTRAC By WI Bond No Commercial Union Insurance Company (Name of Insurance Company) BID BOND The American Institute of Architects, A.I.A. Document No. A•310 February, 1970 Edition KNOW ALL MEN BY THESE PRESENTS, That we, Lambda Construction Company, 2562 Boardwalk, San Antonio, Texas 78217 as Principal, hereinafter called the Principal, and Commercial Union Insurance Company a corporation duly organized under the laws of the State of Massachusetts, with its Home Office in the City of Boston, in the said State, as Surety, hereinafter called the Surety, are held and firmly bound unto City of Round Rock, 214 E. Main Street, Round Rock, Texas 78664 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of the Amount Bid Dollars ($ 5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for 1983 C.I.P. Sludge Dewatering and Wastewater Plant Improvements NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a W r_ • . Construction Con•,n (SEAL) 4 PM [' J (Principal) . ��JJ / /n J ] SECRETARY- TREASURER (Witness) JAY MUENNI �� ��Y'��) Co �i . �4jrt=rr, .an ( Witnes) A. C. Tinch, Attorney In a 1 1 1 1 1 1 1 1 No. FORM OF BOND EFFECTIVE 19 ON TO _ IM _ _ _ _ _ _ _ _ • _ _ _ _ _ _ _ KNOW ALL MEN BY THESE PRESENTS, that the COMMERCIAL UNION INSURANCE COMPANY, a corporation duly organized and existing under the laws of the Commonwealth of Massachusetts. and having its principal office in the City of Boston, Massachusetts. hath made, constituted and appointed, and does by these presents make and constitute and appoint T. A. Drawert, Homer M. Conley, and A. C. Tisch, Jr., all of San Antonio, Texas and each of them its true and lawful Attorney -in -Fact, to make, execute. seal and deliver for and on its behalf as surety any and all bonds or undertakings and the execution of such bonds or undertakings in pursuance of these presents, shall be binding upon said Company as fully and amply. to all intents and purposes, as if such bonds were signed by the President, sealed with the corporate seal of the Company. and duly attested by its Secretary, hereby ratifying and confirming all the acts of said Attorney -in- Fact pursuant to the power herein given. This Power of Attorney is made and executed pursuant to and by authority of the following resolutions adopted by the Board of Directors of the COMMERCIAL UNION INSURANCE COMPANY at a meeting duly called and held on the twenty- seventh day of July, 1972: Resolved: That the President, or any Vice- President, or any Assistant Vice - President, may execute for and in behalf of the company any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, the same to be attested when necessary and the seal of the company affixed thereto by the Secretary, or any Assistant Secretary; and That the President, or any Vice - President, or Assistant Vice- President, may appoint and authorize an Attorney -in -Fact to execute on behalf of the company any and all such instruments and to affix the seal of the company thereto; and that the President, or any Vice - President, or any Assistant Vice- President, may at any time remove, any such Attorney -in -Face and revoke all power and authority given to any such Attorney-in -Fact. Resolved: That Attorneys -in -Fact may be given full power and authority to execute for and in the name and on behalf of the company any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and any such instrument executed by any such Attorney -in -Fact shall be as binding upon the company as if signed by the President and scaled and attested by the Secretary, and, further, Attorneys -in -Fact are hereby authorized to verify any affidavit required to he attached to bonds. recognizances, contracts of indemnity, and all other writings obligatory in the nature t hereof, and are also authorized and empowered to certify to a copy of any of the by-laws of the company as well as any resolution of the Directors Navin$ to do with the execution of bonds. recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and to certify copies of the Power of Attorney or with regard to the powers of any of the officers of the company or of Attorneys -in -Fact. This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Directors of the COMM ERCIAL UNION INSURANCE COMPANY at a meeting duly called and held on the twenty- seventh day of July, 1972: "Resolved: That the signature of the President. or any Vice- President, or any Assistant Vice - President, and the signature of the Secretary or any Assistant Secretary and the Company Seal may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Attorneys -in -Fact for purposes only of executing and attesting any bond, undertaking, recognizance or other written obligation in the nature thereof, and any such signature and seal where so used, being hereby adopted by the company as the original signature of such officer and the original seal of the company, to be valid and binding upon the company with the same force and effect as though manually affixed." IN WITNESS WHEREOF, the COMMERCIAL UNION INSURANCE COMPANY. has caused these presents IQ be fined by its Assistaas& Vice - President and its corporate seal to be hereto affixed. duly attested by its Secretary on this 25th day of January 1g0J Atte t Raymond M. efossez — Secretary COMMONWEALTH OF MASSACHUSETTS COUNTY OF SUFFOLK SS. POWER OF ATTORNEY On this 25th da of January 1983 before me personally came John M. Garrett, Assistant Vice-President, and Raymond M. Defossez, Secretary.of the COMMERCIAL UNION INSURANCE COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they acknowledged the execution of the same. and being by me duly sworn, severally and each for himself deposeth and sayeth, that they are the said officers of the Company aforesaid. and that the seal affixed to the preceding instrument is the corporate seal of said Company and that the said corporate seal and their signatures as such officers were my affixed and subscribed to the said instrument by the authority and direction of the said Company. C'ERTIF'ICA1 1 • 1, the undersigned, Assistant Secretary of the ('OMMER('IAI. ANION INSII RANCE COMPANY. a Massachusetts Comoration. do hereby certify that the foregoing power of attorney is in full force and has not been revoked: and furthermore. that the Resolutions of the Board of Directors set forth in the power of attorney are now in force. Signed and scaled at the City nl Boston. Dated this 7th day of July COMMERCIAI. UNION INSURANCE ('OMPANY 19 83. .lohn M. Garrett Assistant Vice - President r Josepff H. Dinan, Jr. -- N otary Public Mr Commission eepires February 11, 1 9 88) Andrejs J. Gross Assistant Secretary THE STATE OF TEXAS COUNTY OF BEXAR KNOW ALL MEN BY THESE PRESENTS, THAT Lambda Construction Co., 2562 Boardwalk, of the City of San Antonio County of Bexar PERFORMANCE BOND , and State of Texas 78217 as principal, and Commercial Union Insurance Company authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto City of Round Rock, Texas 78664 (OWNER), Two Hundred Fifty Eight Thousand in the penal sum of Nine Hundred and No /100 Dollars ($ 258,900.00 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner dated the day of August 19 83 , to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said Con- tract and shall in all respects duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications thereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PB -1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the term of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of August 1983 . Lambda Construction Co. Commercial Union Insurance Company Princi By Title Address 2562 Boardwalk A. C. Tinch, Jr. — 1, ?V4 L Title Attorney -In -Fact San Antonio, Texas 78217 The name and address of the Resident Agent of Surety is: Hardino- ronley- nrawert -Tinch Tns. Agency. TOC. 4201 Woodcock finite 104. San Antonio. Texan 78228 PB -2 Surety Address P. 0. Box 29069 San Antonio, Texas 78229 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 THE STATE OF TEXAS COUNTY OF BEXAR PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, THAT Lambda Construction Co., 2562 Boardwalk, , of the City of San Antonio County of Hexer , and State of Texas 78217 as principal, and Commercial Union Insurance Company authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto City of Round Rock, Texas 78664 (OWNER) , Two Hundred Fifty Eight Thousand in the penal sum of Nine Hundred and No /100 Dollars ($ 258.900.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the day of August 19 £23, to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecu- tion of the work provided for in said contract, then, this obligation shall be void; otherwise to remain in full force and effect; PB -3 Provided, however, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of August 1983 Lambda Construction Co. Principal By �r � � Title ifk �M1 Title Address 2562 Boardwalk San Antonio, Texas 78217 Commercial Union Insurance Company A. C. Tinch, Jr. Attorney -In -Fact Address P. 0. Box 29069 San Antonio, Texas 78229 The name and address of the Resident Agent of Surety is: Hardina- Conlev- nrawert -Tinch Ins. Agency. Tnc. 42Q3 Woodcock. Suite 104, San Antonio. Texas 78228 PB -4 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, that the COMMERCIAL UNION INSURANCE COMPANY, a corporation duly organized and existing under the laws of the Commonwealth of Massachusetts, and having its principal office in the City of Boston, Massachusetts, hath made. constituted and appointed, and does by these presents make and constitute and appoint T. A. Drawert, Homer M. Conley, and A. C. Tinch,Jr, all of San Antonio, Texas and each of them its true and lawful Attorney -in -Fact, to make, execute. seal and deliver for and on its behalf as surety any and all bonds or undertakings and the execution of such bonds or undertakings in pursuance of these presents, shall be binding upon said Company as fully and amply, to all intents and purposes, as if such bonds were signed by the President, scaled with the corporate seal of the Company. and duly attested by its Secretary. hereby ratifying and confirming all the acts of said Attorney- in- Fact pursuant to the power herein given. This Power of Attorney is made and executed pursuant to a nd by authority ul the following resolutions adopted by the Board of Directors of the COMMERCIAL UNION INSU RANCE COMPANY ata meeting duly called and held on the twenty- seventh day of July, 1972: Resolved: That the President, or arty Vice - President. or any Assistant Vice - President, may execute for and in behalf of the company any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, t he same to be attested when necessary and the seal of the company affixed thereto by the Secretary, or any Assistant Secretary; and that the President. or any Vice - President, or Assistant Vice- President. may appoint and authorize an Attorney -in -Fact to execute on behalf of the company any and all such instruments and to affix the seal of the company thereto; and that the President, or any Vice - President, or any Assistant Vice-President. may at any time remove. any such Attorney -in -Fact and revoke all power and authority given to any such Attorney -in -Fact. Resolved: That Attorneys -in -Fact may be given full power and authority to execute for and in the name and on behalf of the company any and all bonds, recognizances, contracts of indemnity. a nd all other writings obligatory in the nature thereof. and any such instrument executed by any such Attorney -in -Fact shall he as binding upon the company as if signed by the President and sealed and attested by the Secretary, and, further, Attorneys -in -Fact are hereby authorized to verify any affidavit required to be attached to bonds, recogni nces, contracts of indemnity, and all other writings obligatory in the nature thereof, and are also authorized and empowered to certify to a copy of any of the by -laws of the company as well as any resolution of the Directors having to do with the execution of bonds, recognizances, contracts of indemnity. and all other writings obligatory in the nature thereof, and to certify copies of the Power of Attorney or with regard 10 the powers of any of the officers of he company or of Attorneys -in -Fact. This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Directors of the COMMERCIAL. UNION INSURANCE COMPANY at a meeting duly called and held on the twenty- seventh day of July. 1972: "Resolved: That the signature of the President, or any Vice - President, or any Assistant Vice- President- and the signature of the Secretary or any Assistant Secretary and the Company Seal may he affixed by facsimile to any power of attorney or any certificate relating thereto appointing Attorneys -in -Fact for purposes only of executing and attesting any bond, undertaking. recognizance or other written obligation in the nature thereof, and any such signature and seal where so used, being hereby adopted by the company as the original signature of such officer and the original seal of the company. to be valid and binding upon the company with the same force and effect as though manually affixed." IN WITNESS WHEREOF, the COMMERCIAL UNION INSURANCE COMPANY, has caused these presents tq be 1a d by its Assist�} Vice-President and its corporate seal to be hereto affixed, duly attested by its Secretary on this 25th day ur Jan 19tt� Attest: 000903 - 10 Raymond M. Defossez — Secretary COMMONWEALTH OF MASSACHUSETTS COUNTY OF SUFFOLK SS. On this 25th day of January 1983 • before me personally came John M. Garrett, Assistant Vice- President, fo and Raymond M_ Dessez. Secretary of the COM MERCIAL UNION INSURANCE COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and sayelh, that they are the said off icers of the Company aforesaid. and that the seal affixed to the preceding instrument is the corporate seal of said Companyand that the said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by theauthority and direction of the said Company. CERTIFICATE h the undersigned: Assistant Secretary of the ('OM M ERCIA I. UNION INSURANCE COM PANY, a Massachusetts Cor,oration, do hereby certify that the Inregoink powcf of attorney is in full force and has not been revoked: and furthermore. that the Resolutions of the Board of Directors set forth in the power of attorney are now i,.foree, Signed and sealed at Ihe City of Bosun Dated this day of COMMERCIAL. UNION INSURANCE COMPANY John M. Garrett -- Assistant Vice - President Jnscp H. t),nan, Jr, Notary Puhl (Me ('nmmissirrn e.xpirrs Fchnmrr 1! . f9NN August 19 83 Andreis J. trots - -- Assistant Secretary 3 -82 )MPANY ETTER TYPE OF INSURANCE POLICY NUMBER POLICY EXPIRATION DATE Limits of Liability in Thousands (000) EACH OCCURRENCE AGGREGATE GENERAL LIABILITY BODILY INJURY 5 $ 111 COMPREHENSIVE FORM ❑ PREMISES — OPERATIONS PROPERTY DAMAGE 5 5 ❑ EXPLOSION AND COLLAPSE HAZARD ❑ UNDERGROUND HAZARD ❑ PRODUCTS /COMPLETED OPERATIONS HAZARD BODILY INJURY AND ❑ CONTRACTUAL INSURANCE PROPERTY DAMAGE 5 5 ❑ 6ROA0 FORM PROPERTY DAMAGE COMBINED El INDEPENDENT CONTRACTORS ❑ PERSONAL INJURY PERSONAL INJURY 5 AUTOMOBILE LIABILITY BODILY INJURY (EACH PERSON) 5 ❑ COMPREHENSIVE FORM BODILY INJURY 5 ❑ OWNED (EACH ACCIDENT) ❑ HIRED PROPERTY DAMAGE $ El BODILY NON OWNED INJURY AND PROPERTY DAMAGE $ COMBINED EXCESS LIABILITY BODILY INJURY AND ❑ UMBRELLA FORM - PROPERTY DAMAGE $ $ ❑ OTHER THAN UMBRELLA COMBINED FORM WORKERS' COMPENSATION and STATUTORY EMPLOYERS' LIABILITY 5 rEec11 AcaoeN OTHER 300 BI Occurrence A. Owner's Protective EE- PRO- 583F169 -1 -83 8/9/84 25 PD Occurrence 50 PD Aggregate :Mfg THIS CERTIFICATE 15 ISSUED AS A MATTER OF INFORMATI N ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER_ THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW. AME AND ADDRESS OF AGENCY Harding- Conley- Drawert -Tinch Ins. Agency, Inc. P. O. Box 29069 San Antonio, Texas 78229 AME AND ADDRESS OF INSURED City of Round Rock 214 E. Main St. Round Rock, Texas 78664 SCRIPTION OF OPERATIONSA.00ATIONSNEHICLES COMPANIES AFFORDING COVERAGES LETTER n Travelers Indemnity Co. of Rhode Isla' COMPANY B LETTER COMPANY IC LETTER COMPANY D LETTER War' E LETTER This is to certify that policies of insurance listed below have been issued to the insured named abo e and are in force at this time Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be issued or may pertain. the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies. Re: 1983 C.I.P. - Sludge Dewatering & Wastewater Plant Improvements Contractor: Lambda Construction Company Cancellation: Should any of the above descriie policies be cancelled before the expiration date thereof, the issuing com- pany will endeavor to mail _ days written notice to the below named certificate holder, but failure to mail such notice shall impose no obligation or liability of any kind upon the company. NAME AND ADDRESS OF CERTIFICATE HOLDER: City of Round Rock 214 E. Main St. Round Rock, Texas 78664 DATE ISSUED AaaIIIIII, w A. C. TinCPID,THDIRAD REPRESENTATIVE Certificate of Insurance I. ( CERTIFICATE IS ISSUED AS A MATTER, pF INFORMATION ONI.V.:ANb CONFERS NO RIGHTS UPON THE - CERTIFICATE JlOLpER ; ,:: THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES. LISTED BELOW. " COMPANY LETTER Charter Oak Fire Insurance Company COMPANY LETTER 1/1/84 STATUTORY PRESENTATIVE ME AND ADDRESS OF AGENCY arding- Conley- Drawert - Tinch Ins. Agency, Inc. 0. Box 29069 an Antonio, Texas 78229 ME AND ADDRESS ()F INSURED ,ambda Construction Co. 562 Boardwalk. San Antonio, Texas 78217 ills is to certify that policies of insurance lis ed below have been issued to the insured named above and are in force at this time. Notwithstanding any requirement, term or condition d any contract or other document with respect to which des certificate may be issued o may pertain, the insurance afforded by the policies described herein is subject to all the arms, exclusions and conditions of such policies. 1MPANY ETTER GENERAL LIABILITY $ ® COMPREHENSIVE FORM ® PREMISES— OPERATIONS EXPLOSION AND COLLAPSE HAZARD ® UNDERGROUND HAZARD ® PRODUCTS/COMPLETED OPERATIONS HAZARD ® CONTRACTUAL INSURANCE BROAD FORM PROPERTY DAMAGE ® INDEPENDENT CONTRACTORS ® PERSONAL INJURY A C A A. TYPE OF INSURANCE AUTOMOBILE LIABILITY COMPREHENSIVE FORM ❑X OwNED ® HIRED ® NON -OWNED EXCESS LIABILITY ® UMBRELLA FORM OTHER THAN UMBRELLA FORM WORKERS' COMPENSATION and EMPLOYERS' LIABILITY OTHER Installation Floater XS 00 83 92 POLICY NUMBER ODM- 321F894 -4 -83 EE- NSA- 458F806 -2 -8.3 EE -SIB- 321F 875 -9 -83." EE- M- 321F915 -4 -83 NAME AND ADDRESS Of CERTIFICATE HOLDER: City of Round Rock 214 E. Main St. Round Rock, Texas 78664 COMPANIES AFFORDING COVERAGES Island coMPArvv LETTER A The Travelers Indemnity Co.of Rhode COMPANY D LETTER COMPANY LETTER POLICY EXPIRATION DATE 1/1/84 1/1/8.4 1/1/84 1/1/84 DATE ISSUED: Limits of Liability in Thousands (000) BODILY INJURY PROPERTY DAMAGE BODILY INJURY AND PROPERTY DAMAGE COMBINED PERSONAL INJURY BODILY INJURY (EACH PERSON) BODILY INJURY (EACH ACCIDENT) PROPERTY DAMAGE BODILY INJURY AND PROPERTY DAMAGE COMBINED BODILY INJURY AND PROPERTY DAMAGE COMBINED 03 C. Tinctl; EACH OCCURRENCE $300 3 100 3 250 3 500 3 100 a 1,000 AGGREGATE $ 300 $ 100 $ 300 All Risk of Direct Physical Damage - $258,900. ESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES Re: 1983 C.I.P. - Sludge Dewatering & Wastewater Plant Improvements, Round Rock, Texas Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will endeavor to mail days written notice to the below named certificate holder, but failure to mail such notice shall impose no obligation or liability of any kind upon the company. TYPE OF INSURANCE POLICY NO. EFFECTIVE DATE EXPIRATION DATE LIMITS OF LIABILITY Workmen's Compensation Statutory, State of Texas, $ Employer's Liability Comprehensive General Liability Includes Contractual Liability Bodily Injury $ each person $ each accident Property Damage $ each accident Covers Independent Contractors $ aggregate Owner's Protective Bodily Injury $ each person $ each accident Property amage $ each accident $ aggregate Comprehensive Automobile Liability Owned Vehicles Bodily Injury $ each person $ each accident Property Damage $ each accident Hired Vehicles _ Non -owned Vehicles Includes Contractual Liability 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TO: City of Round Rock 214 East Main Street Round Rock, Texas 78664 CERTIFICATE OF INSURANCE Date: Description of Work: THIS IS TO CERTIFY THAT is, at the date of this certificate, insured by this company with respect to the business opera- tions hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by this company, and further here- inafter described. Exceptions to standard policies are noted on the reverse side hereof. The above policies either in the body thereof or by appropriate endorsement provide that they may not be changed or cancelled by the insurer in less than ten days after the insured has received written notice of such change or cancel- lation. This Certificate of Insurance neither affirmatively or negatively amends, ex- tends, or alters the coverage afforded by policy or policies indicated by this certificate. (Name of Insurer) By: Title: Address Page 2 of 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The low bidder is required to supply the following informa- tion. Additional sheets may be attached if necessary. (1) Name (2) Address (3) Phone Number (4) Type of firm: ( ) Individual, ( ) Partnership, ( ) Corporation (5) Corporation organized under the laws of the State of (6) List the names and address of all members of the firm or names and titles of all officers of the corporation: (7) Number of years experience (8) List at least three (3) projects completed as of recent date: Contract Amount /Class of Work /Date Completed /Name and Address of Owner INFORMATION REQUIRED OF LOW BIDDER (9) List the name and address of each subcontractor who will perform work in or about the work or improvement in ex- cess of one -half (1/2) of one percent (1 %) of the total bid price and indicate what part of the work will be done by each such subcontractor: Name Address Work to be Performed Page 1 of 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (10) Payment of taxes, in the State of Yes No (11) If requested by the Owner, the Low Bidder shall submit a notarized financial statement, financial data or other information and references sufficiently compre- hensive to permit an appraisal of his current financial conditions. Page 2 of 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SPECIAL CONDITIONS OF AGREEMENT r 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 GENERAL CONDITIONS OF AGREEMENT 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1. DEFINITIONS GENERAL CONDITIONS OF THE AGREEMENT CONTENTS Page 2. GENERAL PROVISIONS 2.01 Engineer's Status and Authority 2.02 Right of Engineer to Modify Methods and Equipment 2.03 Changes and Alterations 2.04 Damages 2.05 Losses from Natural Causes 2.06 Laws and Ordinances 2.07 Licenses, Permits, and Certificates 2.08 Royalties and Patents 2.09 Keeping of Plans and Specifications Accessible 2.10 Discrepancies and Omissions 2.11 Contractor's Understanding 2.12 Extra Work 2.13 Payment for Extra Work 2.14 Assignment and Subletting 2.15 Subcontractors 2.16 Owner's Status 2.17 Completed Portions of Work 2.18 Materials 2.19 Receiving and Storage of Materials 2.20 "Or Equal" Clause 2.21 Completed Work 2.22 Materials Furnished by the Owner 2.23 Protection of Property 2.24 Shelters for Workmen and Materials 2.25 Sanitary Facilities 1 3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES . . 1 3.01 Labor, Equipment, Materials and Construction Plant 1 3.02 Performance and Payment Bonds 1 3.03 Contractor's Ability to Perform 1 3.04 Superintendence and Inspection 1 3.05 Character of Employees 1 3.06 Contractor's Duty to Protect Persons and Property 1 3.07 Safety Codes 1 3.08 Barricades 1 3.09 Minimum Wages 1 3.10 Unsuitable Work or Materials 1 3.11 No Waiver of Contractor's Obligation . . 1 3.12 Site Clean Up 1 3.13 Guarantee 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (CONTENTS CONTINUED) Page 4. OWNER'S OBLIGATIONS AND REPONSIBILITIES 14 4.01 Lines and Grades 14 4.02 Right of Entry 14 4.03 Owner's Inspectors 14 4.04 Collateral Work 15 4.05 Right -of -Way 15 4.06 Adequacy of Design 15 5. SCHEDULING AND PROGRESS OF WORK 15 5.01 Order and Prosecution of the Work 15 5.02 Rate of Progress 16 5.03 Sunday, Holiday, and Night Work 16 5.04 Hindrances and Delays 16 5.05 Extensions of Time 17 5.06 Liquidated Damages for Failure to Complete on Time 17 6. INDEMNITY 18 6.01 Contractor's Indemnity Provision 18 6.02 Workmen's Compensation Insurance 18 6.03 Comprehensive General Liability Insurance . 18 6.04 Owner's Protective Insurance 19 6.05 Comprehensive Automobile Liability Insurance _ 19 6.06 Insurance Certificate 19 7. TERMINATION OF CONTRACT 20 7.01 Right of Owner to Terminate 20 7.02 Right of Contractor to Terminate 20 7.03 Removal of Equipment 20 8. ABANDONMENT OF CONTRACT BY CONTRACTOR 20 8.01 Notification of Contractor 20 8.02 Retention of Contractor's Equipment and Materials by Owner 21 8.03 Methods of Completing the Work 21 8.04 Final Acceptance 22 8.05 Disposition of Contractor's Equipment . . . 22 9. MEASUREMENT AND PAYMENT 23 9.01 Character of Measurements 23 9.02 Estimated vs. Actual Quantities 23 9.03 Payment 24 9.04 Monthly Estimates and Payments 24 9.05 Certificates of Completion 24 9.06 Final Estimate and Payment 25 9.07 Notarized Affidavit 25 9.08 Release of Liability 25 9.09 Contractor's Obligation 26 9.10 Payments Withheld 26 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 GENERAL CONDITIONS OF THE AGREEMENT 1. DEFINITIONS 1.01 Calendar Day. A calendar day shall be the 24 hour period from one midnight to the next consecutive mid- night. 1.02 Contract Documents. The Contract Documents shall con- sist of the Notice to Contractors; Advertisement; the Instructions to Bidders; the Proposal; the Signed Agreement; the Performance and Payment Bonds; the Gen- eral Conditions of the Agreement; the Special Condi- tions of the Agreement; the Specifications; the Plans; the Standard Drawings; Addenda; and duly authorized Change Orders. The Contract Documents are complemen- tary, and what is called for by any one shall be as binding as if called for by all. In case of conflict between any of the Contract Documents, priority of interpretation shall be in the following order: Sign- ed Agreement, Performance and Payment Bonds, Addenda, Proposal, Special Conditions of the Agreement, Notice to Contractors, Specifications, Plans, and General Conditions of the Agreement. 1.03 Contractor. "Contractor" shall mean the business or- ganization or individual named and designated in the Contract Agreement as the "Party of the Second Part ", who has entered into this contract for the performance of the work covered thereby, and its, his, or their duly authorized agents and other legal representa- tives. 1.04 Engineer. "Engineer" shall mean Haynie & Kallman, Inc., or such other Engineer, supervisor, or inspector who has been designated, appointed, or otherwise em- ployed or delegated by the Owner for this work, or their duly authorized agents, such agents acting with- in the scope of the particular duties entrusted to them in each case. 1.05 Extra Work. The term "extra work" as used in this contract shall be understood to mean and include all work that may be required by the Engineer or Owner to be done by the Contractor to accomplish any change, alteration, or addition to the work shown on the Plans, or reasonably implied by the Specifications, and not covered by the Contractor's Proposal, except as provided under "Changes and Alterations ", herein. -1- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1.06 Owner. "Owner" shall mean the City of Round Rock, Texas, named and designated in the Agreement as the "Party of the First Part" acting through its duly authorized officers and agents. 1.07 Plans. "Plans" shall mean and include (a) all draw- ings prepared by the Owner as a basis for proposal, (b) all supplementary drawings furnished by the Engi- neer as and when required to clarify the intent and meaning of the drawings submitted by the Owner to the Contractor, and (c) drawings submitted by the Contrac- tor to the Owner when and as approved by the Engi- neer. 1.08 Specifications. "Specifications" shall mean (a) all written descriptions, methods and instructions prepar- ed by the Owner as a basis for proposals, (b) all sup- plementary written material furnished by the Engineer as and when required to clarify the intent or meaning of all written descriptions, methods and instructions submitted by the Owner to the Contractor, and (c) written descriptions submitted by the Contractor to the Owner when and as approved by the Engineer. 1.09 Subcontractor. "Subcontractor" shall mean and refer only to a business organization or individual having a direct contract with the Contractor for (a) performing a portion of the Contract work, or (b) furnishing material worked to a special design according to the Contract plans or specifications; it does not, how- ever, include one who merely furnishes material not so worked. 1.10 Substantially Completed. The term "substantially com- pleted" shall mean that the structure or facility has been made suitable for use is in condition to serve its intended purpose, but still may require minor mis- cellaneous work and adjustments. 1.11 Work. "Work" shall mean the work to be done and the equipment, supplies, material, and services to be fur- nished under the Contract unless some other meaning is indicated by the context. 1.12 Working Day. A "working day" is defined as any day not including Sundays or any legal holidays, in which weather or other conditions, not under the control of the Contractor, will permit construction of the prin- cipal units of the work for a continuous period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m. -2- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1.13 Written Notice. "Written notice" shall be deemed to have been duly served if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if de- livered at or sent by certified or registered mail to the last business address known to him who gives the notice. 2. GENERAL PROVISIONS 2.01 Engineer's Status and Authority. It is mutually agreed by and between the parties to this Contract that the Engineer shall have general supervision and direction of the work included herein. In order to prevent delays and disputes and to discourage litiga- tion it is further agreed by and between the parties of this Contract that the Engineer shall in all cases determine the amounts and quantities of the several kinds of work which are to be paid for under the Con- tract; that he shall determine all questions in rela- tion to said work and the construction thereof, that he shall in all cases decide every question which may arise relative to the execution of the Contract on the part of the Contractor; that his decisions and find- ings shall be the conditions precedent to the right of the parties hereto to arbitration or to any action on the Contract and to the rights of the Contractor to receive any money under this Contract; provided, how- ever, that should the Engineer render any decision or give any direction which in the opinion of either party hereto is not in accordance with the meaning and intent of this Contract, either party may file with the Engineer within 30 days a written objection to the decision or direction so rendered. It is the intent of this Agreement that there shall be no delay in the execution of the work, and the decision or directions of the Engineer as rendered shall be promptly carried out. 2.02 Right of Engineer to Modify Methods and Equipment. If at any time the methods or equipment used by the Con- tractor are found to be unsafe or inadequate to secure the quality of the work or the rate of progress re- quired under this Contract, the Engineer may direct the Contractor in writing to increase their safety or improve their character and efficiency and to cease operations under this Contract until such direction is complied with. No claims shall be made against the Owner for damages caused by any delay resulting from such order. -3- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2.03 Changes and Alterations. The Contractor agrees that the Owner, through the Engineer, may make such changes and alterations as the Owner may see fit in the line, grade, form, dimensions, plans, or materials for the work herein contemplated or any part thereof either before or after the beginning of the construction without affecting the validity of this Contract and the accompanying bonds. If such changes or altera- tions diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages or anticipated profits on the work that may be dispensed with. If they increase the amount of work and the increased work can fairly be classified under the specifications, such increase shall be paid for according to the quantity actually done and at the unit price established for such work under this Con- tract; otherwise such work shall be paid for as pro- vided under Section 2.12 "Extra Work ". In the event the Owner shall make such changes or alterations which will make useless any work already done or material already furnished or used in said work, then the Owner shall compensate the Contractor for any materials or labor so used, for any actual loss occasioned by such change, and for the actual expenses incurred in prepa- ration for the work as originally planned. 2.04 Damages. The right of general supervision by the Owner shall not make the Contractor an agent of the Owner, and the liability of the Contractor for all damages to persons, firms, and corporations arising from the Contractor's execution of the work shall not be lessened because of such general supervision. The Contractor is an independent contractor in regard to work under this Contract, and as such is solely liable for all damages to any persons, firms, corporations, or their property as a result of the prosecution of the work. 2.05 Losses from Natural Causes. All loss or damage aris- ing out of the nature of the work to be done or from the action of the elements or from any unforeseen cir- cumstances in the prosecution of the work or from unu- sual obstructions or difficulties which may be encoun- tered in the prosecution of the work shall be sustain- ed and borne by the Contractor at his own cost and expense. 2.06 Laws and Ordinances. The Contractor shall at all times observe and comply with all Federal, State, and local laws, ordinances, rules and regulations which -4- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 in any manner affect the Contract or the work and shall indemnify and save harmless the Owner against any claim arising from the violation of any such laws and ordinances whether by the Contractor or his em- ployees or his subcontractors and their employees. 2.07 Licenses, Permits and Certificates. Except as herein- after stipulated, all licenses, permits, certificates, etc. required for and in connection with the work to be performed under the provisions of these Contract Documents shall be secured by the Contractor at his own expense. In the event a building permit is re- quired such permit will be obtained by the Owner at no cost to the Contractor. 2.08 Royalties and Patents. The Contractor shall protect and save harmless the Owner from all and every demand for damages, royalties, or fees on any patented inven- tion used by him in connection with the work done or material furnished under this Contract; provided, how- ever, that if any patented material, machinery, appli- ance, or invention is clearly specified in this Con- tract, the cost of procuring the rights of use and the legal release or indemnity shall be borne and paid by the Owner direct unless such cost is determined and directed to be included in the bid price at the time the Proposal is submitted. 2.09 Reeving of Plans and Specifications Accessible. The Engineer shall furnish the Contractor with three (3) sets of executed Plans and Specifications without ex- pense to him, and the Contractor shall keep one copy of the same constantly accessible on the work, with the latest revisions noted thereon. 2.10 Discrepancies and Omissions. It is further agreed that it is the intent of this Contract that all work must be done and all material must be furnished in ac- cordance with the generally accepted practice, and in the event of any discrepancies between the separate contract documents, the priority of interpretation de- fined under "Contract Documents" shall govern. In the event that there is still any doubt as to the meaning and intent of any portion of the Contract, Specifica- tions or -Drawings, the Engineer shall define which is intended to apply to the work. 2.11 Contractor's Understanding. It is understood and agreed that the Contractor has, by careful examina- tion, satisfied himself as to the nature and location -5- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 of the work, the conformation of the ground, the char- acter, quality and quantity of the materials to be en- countered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work under this Contract. No verbal agreement or conversa- tion with any officer, agent, or employee of the Own- er, either before or after the execution of this Con- tract, shall affect or modify any of the terms or ob- ligations herein contained. 2.12 Extra Work. The term "extra work" as used in this Contract shall be understood to mean and include all work that may be required by the Owner through the Engineer to be done by the Contractor to accomplish any change, alteration, or addition to the work shown by the Plans or reasonably implied by the Specifica- tions and not covered by the Contractor's Proposal, except as provided in Section 2.03 - "Changes and Alterations ". it is agreed that the Contractor shall perform all extra work under the direction of the Engineer when presented with a written Change Order signed by the Engineer. No claim for extra work of any kind will be allowed unless ordered in writing by the Engineer. In case any orders or instructions, either oral or written, appear to the Contractor to involve extra work for which he should receive compensation, he shall make a written request to the Engineer for a written Change Order authorizing such extra work. Should a difference of opinion arise as to what does or does not constitute extra work or concerning the payment therefor and the Engineer insists upon its performance, the Contractor shall proceed with the work after making a written request for a written Change Order and shall keep an accurate account of the "actual field cost" thereof as provided under Method "C" below. 2.13 Payment for Extra Work. It is agreed that the compen- sation to be paid the Contractor for performing extra work shall be determined by one or more of the follow- ing methods: Method "A" - By agreed unit prices; Method "B" - By agreed lump sum; or -6- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Method "C" - If neither Method "A" or Method "B" can be agreed upon before the extra work is commenced, then the Contractor shall be paid the "actual field cost" of the work plus 15%. Where extra work is performed under Method "C ", the term "actual field cost" of such extra work is hereby defined to be and shall include: (a) the payroll cost for all workmen, such as foreman, mechanics, crafts- men, and laborers; (b) the cost of all materials and supplies not furnished by the Owner; (c) rental for all power - driven equipment at agreed -upon rates for the time actually employed or used in the performance of the extra work; (d) transportation charges neces- sarily incurred in connection with any equipment authorized by the Engineer for use on said extra work and which is not already on the job; (e) all power, fuel, lubricants, water, and similar operating expens- es; (f) all incidental expenses incurred as a direct result of such extra work including sales or use taxes on materials, payroll taxes, and the additional pre- miums for construction bonds, workmen's compensation, public liability and property damage, and other insur- ance required by the Contract where the premiums therefor are based on payroll and material costs. The Engineer may direct the form in which accounts of the "actual field costs" shall be kept and may also speci- fy in writing before the work commences the method of doing the work and the type and kind of machinery and equipment to be used; otherwise these matters shall be determined by the Contractor. Unless otherwise agreed upon, the prices for the use of machinery and equip- ment shall be incorporated in the written extra work Change Order. The 15% of the "actual field cost" to be paid the Contractor shall cover and compensate him for his profit, overhead, and general superinten- dence. 2.14 Assignment and Subletting. The Contractor shall not assign or sublet the work or any part thereof without the previous written consent of the Owner, nor shall he assign, by power of attorney or otherwise, any of the money payable under this Contract unless by and with the consent of the Owner to be signified in like manner. If the Contractor assigns all or any part of any monies due or to become due under this Contract, the instrument of assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in and to any monies due or to -7- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 become due to the Contractor shall be subject to all prior liens of all persons, firms, and corporations for services rendered or materials supplied for the performance of the work called for in this Contract. 2.15 Subcontractors. The Contractor shall be as fully re- sponsible to the Owner for the acts and omissions of his subcontractors and of persons either directly or indirectly employed by them as he is for the acts and omissions of persons directly employed by him. Should any subcontractor fail to perform the work undertaken by him in a satisfactory manner, his subcontract shall be immediately terminated by the Contractor upon writ- ten notice from the Owner. 2.16 Owner's Status. Nothing contained in this Contract shall create any contractual relation between any sub- contractor and the Owner. 2.17 Completed Portions of Work. The Owner shall have the right to take possession of and to use any completed or partially completed portions of the work prior to completion of the entire work, but such use shall not constitute an acceptance of any of the work not com- pleted in accordance with the Contract Documents. If the Engineer determines that taking possession of and using partially completed work substantially increases the cost of or delays construction, the Contractor shall be entitled to extra compensation or extension of time or both as determined by the Engineer. 2.18 Materials. All materials furnished by the Contractor s all be as required by the Plans and Specifications or as otherwise stipulated. The Contractor shall not start delivery of materials which he is to furnish until the Engineer has approved the source of supply of such materials. 2.19 Receiving and Storage of Materials. The Contractor shall make arrangements for receiving and storing materials. The Owner will not sign for or receive shipments of materials consigned to the Contractor. The Owner will not furnish storage space for materials except where the written permission of the Engineer is given. 2.20 "Or Equal" Clause. Whenever a material, product, or article is specified or shown on the Plans by using the name of the proprietary product or of a particular manufacturer or vendor and is followed by the term "or equal" the Contractor may submit a written request to -8- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 the Engineer requesting approval of the use of a material, product, or article he feels is truly equal to the one specified. The Engineer will evaluate the request to determine if the material, product, or article is of equal substance and function and if it will perform identically the duties imposed by the general design. Written approval of an "or equal" material, product, or article must be obtained from the Engineer before it may be incorporated into the work as a substitute for that specified in the Con- tract Documents. 2.21 Completed Work. The Contractor shall maintain contin- uous adequate safeguards to protect all completed work from damage, loss, or the intrusion of foreign ele- ments. 2.22 Materials Furnished by the Owner. The Contractor shall assume responsibility for and safeguard any and all materials supplied by the Owner against loss or injury. This provision shall extend to the taking of all necessary sanitary precautions to avoid contamina- tion of such materials that must be maintained and in- corporated into the work in a sanitary condition. 2.23 Protection of Property. The Contractor shall give reasonable notice to the owner or owners of public or private property and utilities when such property is liable to injury or damage through the performance of the work, and he shall make all necessary arrangements with such owner or owners relative to the removal and replacement or protection of such property or utili- ties. The Contractor shall satisfactorily shore, support, and protect any and all structures, and all pipes, sewers, drains, conduits, and other facilities belong- ing to the Owner, and he shall be responsible for any damage resulting thereto. The Contractor shall not be entitled to any damages or extra pay as a result of any postponement, interference, or delay caused by any such structures and facilities being on the line of the work whether they are shown on the Plans or not. 2.24 Shelters for Workmen and Materials. The building or structures for housing men or the erection of tents or other forms of protection for workmen or materials will be permitted only as the Engineer shall authorize or direct. The sanitary conditions of the grounds in or about such structures shall at all times be main- tained in a manner satisfactory to the Engineer. -9- 1 1 1 1 1 1 1 1 r 1 1 1 1 1 1 1 1 1 1 2.25 Sanitary Facilities. Necessary sanitary toilet facil- ities for the use of all employees on the work shall be of a type complying with State and local sanitary regulations and shall be properly secluded from public observation. These facilities shall be constructed and maintained by the Contractor in such manner and at such points as shall be approved by the Engineer. Their use shall be strictly enforced. 3. CONTRACTOR'S OBLIGATIONS AND RESPONSIBILITIES 3.01 Labor, Equipment, Materials and Construction Plant. The Contractor shall provide all labor, tools, equip- ment, machinery, supplies, and materials necessary for the prosecution and completion of this Contract where it is not specifically provided that the Owner shall furnish them. The Owner shall not be held responsible for the care, preservation, conservation, or protec- tion of any material, tools, or machinery on any part of the work until it is finally completed and accept- ed. The Contractor shall maintain on the job at all times sufficient labor, material, and equipment to adequately prosecute the work. 3.02 Performance and Payment Bonds. It is further agreed by the Parties to this Contract that the Contractor will execute separate performance and payment bonds, each in the sum of 100% of the total Contract price in standard forms for this purpose, guaranteeing faithful performance of the work and the fulfillment of any guarantees required and further guaranteeing payment to all persons supplying labor and materials or fur- nishing him any equipment in the execution of the Con- tract. It is agreed that the Contract shall not be in effect until such performance and payment bonds are furnished and approved by the Owner. The cost of the premium for the performance and payment bonds shall be included in the price bid by the Contractor for the work under this Contract, and no extra payment for such bonds will be made by the Owner. The surety company or companies underwriting the per- formance and payment bonds shall be acceptable accord- ing to the latest list of companies holding certifi- cates of authority from the Secretary of the Treasury of the United States, shall be duly authorized to act under the laws of the State of Texas as Surety, and shall be approved by the Owner. -10- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3.03 Contractor's Ability to Perform. Upon request by the Owner the Contractor shall furnish sufficient evidence of his ability to perform the work which is outlined in this document. This shall include an equipment in- ventory and records showing the satisfactory comple- tion of projects of equal magnitude in the past. It shall be the prerogative of the Owner to terminate the Contract as outlined in Section 7 "Termination of Con- tract", if job progress indicates that the Contractor lacks either appropriate experience or ability. 3.04 Superintendence and Inspection. The Contractor shall give personal attention to the faithful prosecution and completion of the Contract and shall keep a compe- tent superintendent and any necessary assistants, all of whom are satisfactory to the Engineer, on the work continuously during its progress. The superintendent shall represent the Contractor in his absence, and all directions given to him by the Owner's representative shall be as binding as if given to the Contractor. In the event that the Contractor and the superinten- dent are both absent from the site of the work for prolonged periods of time the Engineer may order any or all work under this Contract to be stopped until the Contractor provides continuous and proper supervi- sion of the work. Such stoppage shall not constitute a basis for any claim against the Owner for damages caused by delay for such work stoppages. 3.05 Character of Employees. The Contractor agrees to em- ploy only order y, competent, and skillful persons to do the work, and whenever the Engineer shall inform him that the work being accomplished is of sub -stan- dard character by reason of carelessness, incompe- tence, or inexperience on the part of the workers the installation of such work shall be immediately sus- pended and shall not be resumed until the Engineer is satisfied that the conditions causing such faulty work have been corrected. 3.06 Contractor's Duty to Protect Persons and Property. In the performance of this Contract, the Contractor shall protect the public and the Owner fully by taking rea- sonable precaution to safeguard persons from death or bodily injury and to safeguard property of any nature whatsoever from damage. Where any dangerous condition or nuisance exists in and around construction sites, equipment and supply storage areas, and other areas in anyway connected with the performance of this Con- tract, the Contractor shall not create excavations, obstructions, or any dangerous condition or nuisance of any nature whatsoever in connection with the per- formance of this Contract unless necessary to its per- formance, and in that event the Contractor shall pro- vide and maintain at all times reasonable means of warning of any danger or nuisance created. The duties of the Contractor in this paragraph shall be nondeleg- able, and the Contractor's compliance with the speci- fic recommendations and requirements of the Owner as to the means of warning shall not excuse the Contrac- tor from the faithful performance of these duties should such recommendations and requirements not be adequate or reasonable under the circumstances. 3.07 Safety Codes. The Contractor shall comply with all applicable provisions of any Federal, State, and Muni- cipal safety laws and building and construction codes. All machinery, equipment, and other physical hazards shall be guarded in accordance with the latest edition of the "Manual of Accident Prevention in Construction" of the Associated General Contractors of America ex- cept where incompatible with Federal, State, or Muni- cipal laws or regulations. 3.08 Barricades. When barricades are used to satisfy sa ety regrequirements, such barricades shall be properly identified with the Contractor's name prominently stenciled on both sides of the barricades with letters at least 2 inches high. 3.09 Minimum Wages. All employees directly employed on the work shall be paid not less than the established pre- vailing wage scale for work of a similar character in this locality. A scale of prevailing wages is includ- ed in the Special Conditions of these Contract Docu- ments. The Contractor shall pay not less than the general prevailing wages shown on said scale and shall keep accurate wages records accessible in accordance with Article 5159 of the Revised Civil Statutes of Texas. 3.10 Unsuitable Work or Materials. It is understood and agreed that if the work or any part thereof or any material furnished by the Contractor for use in the work or selected for the same shall be deemed by the Engineer as unsuitable or not in conformity with the specifications, the Contractor shall, after receipt of written notice thereof from the Contracting Officer, -12- forthwith remove such material and replace, rebuild, or otherwise remedy such work so that it shall be in full accordance with this Contract. Should the Contractor fail to initiate compliance with the above provision within 72 hours or should he fail to properly prosecute and complete correction of such faulty work, the Engineer may direct that the work be done by others and that the cost of the work be de- ducted from monies due the Contractor. 3.11 No Waiver of Contractor's Obligations. The Engineer, supervisor, or inspector shall have no power to waive the obligations of this Contract for the furnishing by the Contractor of good material and of his performing good work as herein described and in full accordance with the plans and specifications. No failure or omission of the Engineer, supervisor, or inspector to condemn any defective work or material shall release the Contractor from the obligation to at once tear out, remove, and properly replace the same at any time prior to final acceptance upon the discovery of said defective work or material; provided, however that the Engineer, supervisor, or inspector shall upon request of the Contractor inspect and accept or reject any material furnished, and once the material has been ac- cepted by the Engineer, supervisor, or inspector such acceptance shall be binding on the Owner unless it can be clearly shown that such material furnished was not as represented and does not meet the specifications for the work. Any questioned work may be ordered taken up or removed for re- examination by the Engineer prior to final acceptance, and if found not in accor- dance with the specifications for said work, all ex- pense of removing, re- examination, and replacement shall be borne by the Contractor; otherwise the ex- pense thus incurred shall be allowed as "Extra Work" and shall be paid for by the Owner. 3.12 Site Clean Up. The Contractor shall not allow the site of the work to become littered with trash and waste material, but shall maintain the site in a neat and orderly condition throughout the construction per- iod. The Engineer shall have the right to determine what is waste material or rubbish and the manner and place of disposal. On or before the completion of the work the Contractor shall, without charge therefor, carefully clean out all pits, pipes, chambers, or con- duits, shall tear down and remove all temporary struc- tures built by him, shall remove all rubbish of every -13- kind from the tracts or grounds which he has occupied, and shall leave them in a condition satisfactory to the Engineer. 3.13 Guarantee. During a period of 12 months from and after the date of the final acceptance by the Owner of the work embraced by this Contract, the Contractor shall make all needed repairs arising out of defective workmanship or materials, or both, which in the judg- ment of the Owner shall become necessary during such period. If within 10 days after the mailing of a notice in writing to the Contractor or his agent the said Contractor shall neglect to make or to undertake with due diligence the aforesaid repairs, the Owner is hereby authorized to make such repairs at the Contrac- tor's expense; provided, however, that in case of an emergency where, in the judgment of the Owner, delay would cause serious loss or damage, repairs may be made without notice being sent to the Contractor, and the Contractor shall pay the cost thereof. 4. OWNER'S OBLIGATIONS AND RESPONSIBILITIES 4.01 Lines and Grades. All necessary lines and grades shall be furnished by the Engineer. Whenever neces- sary, work shall be suspended to permit performance of this work, but such suspension will be as brief as practicable, and the Contractor shall be allowed no extra compensation therefor. The Contractor shall give the Engineer ample notice of the time and place where lines and grades will be needed. All stakes, marks, etc. shall be carefully preserved by the Con- tractor, and in case of careless destruction or remov- al by him or his employees such stakes, marks, etc. shall be replaced by the Engineer at the Contractor's expense. 4.02 Right of Entry. The Owner reserves the right for its personnel or its agents to enter the property or loca- tion on which the work herein contracted are being constructed or installed for the purpose of supervis- ing and inspecting the work or for the purpose of con- structing or installing such collateral work as the Owner may desire. 4.03 Owner's Inspectors. It is agreed by the Contractor that the Owner shall appoint such Engineer, supervi- sors, or inspectors as the said Owner may deem neces- sary to inspect the material furnished and the work -14- done under this Contract, to see that the said mater- ial is furnished, and to see that said work is done in accordance with the plans and specifications therefor. The Contractor shall furnish all reasonable aid and assistance required by the Engineer, supervisors, or inspectors for the proper inspection and examination of the work and all parts thereof. The Contractor shall regard and comply with the directions and in- structions of the Engineer, supervisors, or inspectors so appointed when such directions and instructions are consistent with the obligations of this Contract. 4.04 Collateral Work. The Owner reserves the right to pro- vide all labor and material essential to the comple- tion of work that is not included in this Contract either by a separate contract or otherwise. Any col- lateral work shall be prosecuted in such a manner that it will not damage the Contractor nor delay the pro- gress of the work being accomplished under this Con- tract. The respective rights of and operations of the various interests involved shall be established and coordinated by the Engineer. 4.05 Right -of -Way. Easements across private property and lands needed for construction under this Contract will be provided by the Owner. 4.06 Adequacy of Design. It is agreed that the Owner shall be responsible for the adequacy of the design, suffi- ciency of the Contract Documents, the safety of the structure and practicability of the operations of the completed project; provided the Contractor has com- plied with the requirements of the said Contract Docu- ments, all approved modifications thereof, and addi- tions and alterations thereto approved in writing by the Owner. The burden of proof of such compliance shall be upon the Contractor to show that he has com- plied with the said requirements of the Contract Docu- ments, approved modifications thereof and all approved additions and alterations thereto. 5. SCHEDULING AND PROGRESS OF WORK 5.01 Order and Prosecution of the Work. It is the meaning and intent of this Contract, unless otherwise herein specifically provided, that the Contractor shall be allowed to prosecute his work at such times and sea- sons in such order of precedence and in such manner as shall be most conducive to economy of construction; -15- provided however, that the order and time of prosecu- tion shall be such that the work shall be substantial- ly completed as a whole or in part in accordance with this Contract within the time of completion hereafter designated; provided also that the Engineer may direct the time and manner of constructing any part or parts of the work when in his opinion such should be given priority to lessen the probability of danger to the public or to anticipate seasonal hazards from the ele- ments or to coordinate with other work being done for or by the Owner. 5.02 Rate of Progress. The Contractor shall give the Engi- neer full information in advance as to his plans for carrying on any part of the work. If at any time prior to the start or during the progress of the work any part of the Contractor's plant or equipment or any of his methods of executing the work appear to the Engineer to be unsafe, inefficient, or inadequate to insure the required quality or rate of progress of the work, the Engineer may order the Contractor to in- crease or improve his facilities or methods, and the Contractor shall promptly comply with such orders; but neither compliance with such orders nor failure of the Engineer to issue such orders shall relieve the Con- tractor from his obligation to secure the degree of safety, the quality of work, and the rate of progress required by this Contractor. The Contractor alone shall be responsible for the safety, adequacy, and efficiency of his plant, equipment, and methods. 5.03 Sunday, Holiday, and Night Work. Except in connection with the care, maintenance, or protection of equipment or of work already done, no work shall be done between the hours of 6:00 p.m. and 7:00 a.m. or on Sundays or legal holidays without written consent of the Engi- neer. 5.04 Hindrances and Delays. No claims shall be made by the Contractor for damages, hindrances, or delays from any cause during the progress of any portion of the work embraced by this Contract except where the work is stopped by order of the Owner. If the Owner stops the work for just cause because the Contractor is not com- plying with the plans and specifications or the intent thereof, the Contractor shall have no claim for dam- ages, hindrances, or delays. However, if the Owner stops the work for any other reason, the Contractor shall be entitled to reimbursement paid by the Owner for such expenses actually incurred which in the judg- ment of the Engineer occurred as a result of the work stoppage. -16- Should delays repeatedly occur due to the Contractor's failure to provide adequate plant, equipment, or per- sonnel, or where the Engineer determines that unrea- sonable inconvenience to the public is due to such failure, the Contractor's operations shall be suspend- ed until he shall have provided adequate plant, equip- ment, and personnel to properly resume and continually prosecute the work. 5.05 Extensions of Time. Should the Contractor be delayed in the final completion of the work by any act or neg- lect of the Owner or Engineer, or of any employee of either, or by any other contractor employed by the Owner, or by strikes, fire or other cause or causes outside of and beyond the control of the Contractor and which the Engineer determines could have been neither anticipated nor avoided, then an extension of time sufficient to compensate for the delay as deter- mined by the Engineer shall be granted by the Owner; provided, however, that the Contractor shall give the Owner prompt notice in writing of the cause of delay in each case. Extensions of time will not be granted for delays caused by unfavorable weather, unsuitable ground conditions or inadequate construction force. 5.06 Liquidated Damages for Failure to Complete on Time. The Contractor agrees that time is of the essence of this Contract and that the definite value of damages which would result from delay would be incapable of ascertainment and uncertain, so that for each day of delay beyond the number of days herein agreed upon for the completion of the work herein specified and con- tracted for, after due allowance for such extension of time as is provided for under the provisions of the preceding paragraph, the Owner may withhold permanent- ly from the Contractor's total compensation, not as a penalty but as liquidated damages, the sum per day given in the following schedule: Amount of Liquidated Amount of Contract Damages Per Day Less than $ 5,000.00 $ 5,001.00 to $ 15,000.00 15,001.00 to 25,000.00 25,001.00 to 50,000.00 50,001.00 to 100,000.00 100,001.00 to 500,000.00 500,001.00 to 1,000,000.00 1,000,001.00 to 2,000,000.00 2,000,001.00 to 5,000,000.00 -17- $ 30.00 35.00 40.00 50.00 70.00 200.00 300.00 400.00 500.00 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 6. INDEMNITY 6.01 Contractor's Indemnity Provision. To protect the Owner from the Contractor's failure to perform any of the foregoing duties or any of the terms of this Con- tract, the Contractor shall indemnity and save harm- less the Owner and the Owner's agents and employees from all losses, damages, judgments, decrees, and ex- penses or costs of any nature whatsoever arising out of or in anyway connected with any claims or actions at law or in equity brought against the Owner and the Owner's agents and employees for the death or injury to persons or for damage to property caused, or alleg- edly caused, by any willful acts, negligence, nui- sance, or breach of any term or condition of this Con- tract by the Contractor, his agents, servants, subcon- tractors, or employees. The Contractor shall further- more indemnify and save harmless the Owner and the Owner's agents and employees from all demands of sub- contractors, workers, material persons, or suppliers of machinery and parts thereof, equipment, power tools, and supplies incurred in connection with work to be performed under this Contract. Property of any description, including property of the Owner, which shall be damaged in the performance of this Contract by the Contractor, his agents, employees, subcontrac- tors or their employees and subcontractors shall be restored to its condition prior to damage by the Con- tractor at the Contractor's expense. 6.02 Workmen's Compensation Insurance. The Contractor agrees to comply with the Workmen's Compensation Act of the State of Texas, and to pay or cause to be paid all compensation, medical or other benefits, which may become due or payable thereunder, and to protect and indemnify the Owner and the Owner's agents and employ- ees from and against any and all liabilities by reason of accidental injury, disease or death sustained by subcontractor's employees. The Contractor shall fur- nish the Owner with a certificate from the Industrial Accident Board evidencing the Contractor's and subcon- tractors' compliance with said statute. 6.03 Comprehensive General Liability Insurance. The Con- tractor shall provide and maintain during the life of this Contract and until all work under said Contract has been completed and accepted by the Owner, a Com- prehensive General Liability insurance policy, said policy and the issuing carrier approved by the Owner, which specifically insures the contractual liability -18- of the Contractor assumed under Paragraph 6.01 above entitled "Contractor's Indemnity Provision ". The lia- bility coverage under this policy shall cover Indepen- dent Contractors. Liability limits for the Comprehen- sive General Liability insurance coverage under this policy shall not be less than the following: Bodily Injury $100,000 each person $300,000 each accident Property Damage $ 25,000 each accident $ 50,000 aggregate 6.04 Owner's Protective Insurance. The Contractor shall provide and maintain during the life of this Contract and until all work under said Contract has been com- pleted and accepted by the Owner, an Owner's and Con- tractor's Protective Policy which co- insures the Owner and the Owner's agents and employees with the same Comprehensive General Liability coverage as described in 6.03 above entitled "Comprehensive General Liabil- ity Insurance ". 6.05 Comprehensive Automobile Liability Insurance. The Contractor shall provide and maintain during the life of this Contract and until all work under said Con- tract has been completed and accepted by the Owner, a Comprehensive Automobile Liability insurance policy, said policy and issuing carrier approved by the Owner, covering the operation on or off the site of the work of all motor vehicles licensed for highway use, whe- ther they are owned, non - owned, or hired by the Con- tractor, in which shall specifically insure contrac- tual liability of the Contractor assumed under the above Paragraph 6.01 entitled "Contractor's Indemnity Provision ". The liability limits for the Comprehen- sive Automobile Liability insurance coverage shall not be less than the following: Bodily Injury $100,000 each person $300,000 each accident Property Damage $ 50,000 each accident 6.06 Insurance Certificate. In connection with the insur- ance coverage set out in sections 6.02, 6.03, 6.04, and 6.05 above, the Contractor shall furnish the Owner with a certificate verifying said insurance. Said certificate shall state that the Owner shall be given 10 days advance written notice before any provisions -19- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 of the policies are changed or in the event said poli- cies shall be cancelled. This Certificate of Insur- ance shall be provided to the Owner prior to starting any construction work in connection with this Con- tract. 7. TERMINATION OF CONTRACT 7.01 Right of Owner to Terminate. If the Contractor should be gui ty of substantial violation of the Contract or any provision thereof, the Owner, upon certification by the Engineer as to the nature and extent of such violation, may without prejudice to any other resourc- es or remedy give the Contractor written notice of termination of the employment of the Contractor 10 days subsequent to such notice. Immediately following such date the Owner may take possession of the site of the work and all material, equipment, tools, and ap- pliances thereon and may finish the work in accordance with the provisions of Section 8 "Abandonment of Con- tract by Contractor ", of these General Conditions. 7.02 Right of Contractor to Terminate. If work should be stopped by order of any public authority or court through no act or fault of the Contractor for a period of three (3) months or if the Owner should substan- tially fail to perform the provisions of the Contract with regard to Owner's obligations to the Contractor, then the Contractor may, upon 10 days written notice to the Owner, terminate this Contract and recover from the Owner payment for all completed work. 7.03 Removal of Equipment. In the event that the Contract should be terminated for any reason whatsoever, the Owner may request the Contractor in writing to remove any or all of his equipment, tools, and supplies, and the Contractor shall comply with the request within 10 days after receipt of the notice. Should he fail to do so within 10 days after receipt of such notice, the Owner shall have the right to remove such equipment and supplies at the expense of the Contractor and to place such equipment, tools and supplies in storage at the risk and expense of the Contractor. 8. ABANDONMENT OF CONTRACT BY CONTRACTOR 8.01 Notification of Contractor. If the Contractor should abandon and fail to refuse to resume work within 10 -20- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 days after written notification from the Owner or the Engineer or if the Contractor fails to comply with the orders of the Engineer when such orders are consistent with this Contract or with the specifications hereto attached, then the Contractor shall be deemed as hav- ing abandoned the Contract. In such event the Surety on the bond shall be notified in writing and directed to complete the work, and a copy of said notice shall be delivered to the Contractor. 8.02 Retention of Contractor's Equipment and Materials by Owner. After receiving said notice of abandonment the Contractor shall not remove from the work any machin- ery, equipment, tools, materials, or supplies then on the job, but the same together with any materials and equipment under contract for the work may be held for use on the work by the Owner or the Surety on the per- formance bond or another contractor in completion of the work; and the Contractor shall not receive any rental or credit therefor except when used in connec- tion with extra work where credit shall be allowed as provided for under Section 2.12 entitled "Extra Work ", it being understood that the use of such equipment and materials will ultimately reduce the cost to complete the work and will be reflected in the final settle- ment. 8.03 Methods of Completing the Work. If the Surety should fail to commence compliance with the notice for com- pletion hereinbefore provided within 10 days after service of such notice, then the Owner may provide for completion of the work in either of the following elective manners: a. The Owner may thereupon employ such force of work- ers and use such machinery, equipment, tools, mat- erials, and supplies as said Owner may deem neces- sary to complete the work and charge the expense of such labor, machinery, equipment, tools, mater- ials, and supplies to said Contractor, and the ex- pense so charged shall be deducted and paid by the Owner out of such monies as may be due or that may thereafter at any time become due to the Contrac- tor under and by virtue of this Contract. In case such expense is less than the sum which would have been payable under this Contract if the same had been completed by the Contractor, then said Con- tractor shall receive the difference. In case such expense is greater than the sum which would have been payable under this Contract if the same -21- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 had been completed by said Contractor, then the Contractor or his Surety shall pay the amount of such excess to the Owner. b. The Owner under sealed bids, after 14 days notice published two or more times in a newspaper having a general circulation in the county of location of the work, may let the contract for the completion of the work under substantially the same terms and conditions which are provided in this Contract. In case of any increase in cost to the Owner under the new contract as compared to what would have been the cost under this Contract such increase shall be charged to the Contractor, and the Surety shall be and remain bound therefor. However, should the cost to complete any such new contract prove to be less than what would have been the cost to complete under this Contract, the Contrac- tor or his Surety shall be credited therewith. 8.04 Final Acceptance. When the work has been completed the Contractor and his Surety shall be so notified and a Contract Completion Certificate as hereinafter pro- vided shall be issued. A complete itemized statement of the Contract accounts certified by the Engineer as being correct shall then be prepared and delivered to the Contractor and his Surety, whereupon the Contrac- tor, his Surety or the Owner, as the - may be, shall pay the balance due as reflected by said state- ment within 15 days after the date of such Contract Completion Certificate. 8.05 Disposition of Contractor's Equipment. In the event the statement of accounts shows that the cost to com- plete the work is less than that which would have been the cost to the Owner had the work been completed by the Contractor under the terms of this Contract or when the Contractor or his Surety pay the balance shown to be due by them to the Owner, then all machin- ery, equipment, tools, materials, or supplies left on the site of the work shall be turned over to the Con- tractor or his Surety. Should the cost to complete the work exceed the contract price, and the Contractor or his Surety fail to pay the amount due the Owner within the time designated hereinabove, and there re- mains any machinery, equipment, tools, materials, or supplies on the site of the work, notice thereof to- gether with an itemized list of such equipment and materials shall be mailed to the Contractor and his Surety at the respective addresses designated in this -22- Contract; provided, however, that actual written notice given in any manner will satisfy this condi- tion. After mailing or other giving of such notice such property shall be held by the Owner at the risk of the Contractor and his Surety subject only to the duty of the Owner to exercise ordinary care to protect such property. After 15 days from the date of said notice the Owner may sell such machinery, equipment, tools, materials, or supplies and apply the net sum derived from such sale to the credit of the Contractor and his Surety. Such sale may be made at either pub- lic or private sale, with or without notice, as the Owner may elect. The Owner shall release any machin- ery, equipment, tools, materials, or supplies which remain on the work and belong to persons other than the Contractor or his Surety to their proper owners. 9. MEASUREMENT AND PAYMENT 9.01 Character of Measurements. No extra or customary measurements of any kind will be allowed, but the actual length, area, solid contents, number, and weight only shall be considered unless otherwise spe- cifically provided. 9.02 Estimated vs. Actual Quantities. Any and all estimat- ed quantities stipulated in the proposal form under unit price items are approximate and are to be used only (a) as a basis for estimating the probable cost of the work and (b) for the purpose of comparing the proposals submitted for the work. It is understood and agreed that the actual amounts of work done and materials furnished under unit price items may differ from such estimated quantities and that the basis of payment for such work and materials shall be for the actual amount of such work done and the actual quan- tity of materials furnished. The Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise on account of any difference between the amounts of work actually performed and materials actually furnished and the amounts estimated therefor in the proposal or other Contract Documents; provided, however, that if the actual quantity of any item should become as much as 25 percent more than or 25 percent less than the esti- mated or contemplated quantity for such items, then either party to this Contract shall be entitled upon demand to a revised consideration on the portion of -23- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 the work above or below 25 percent of the estimated quantity prior to initiating work or furnishing mater- ials for the overrun or underrun quantities. Such re- vised consideration shall be determined by agreement between the parties or otherwise by the terms of this Contract as provided under Section 2.12 entitled "Extra Work ". 9.03 Payment. In consideration of the furnishing of all the necessary labor, equipment, and material and the completion of all work by the Contractor, and on the completion of all work and the delivery of all mater- ial embraced in this Contract in full conformity with the specifications and stipulations contained herein, the Owner agrees to pay the Contractor the amounts set forth in the Proposal attached hereto which has been made a part of this Contract. The Contractor hereby agrees to receive such amounts in full payment for furnishing all material and all labor required for the aforesaid work, for all expense incurred by him, and for well and truly performing the same and the whole thereof in the manner and according to this Contract, the attached specifications, and requirements of the Engineer. 9.04 Monthly Estimates and Payments. On or about the fifth day of each month the Engineer will make an approxi- mate estimate of the value of work done in conformity with the plans and specifications during the previous calendar month. The Contractor shall furnish to the Engineer such detailed information as he may request to aid him as a guide in the preparation of monthly estimates. After each such estimate shall have been approved by the Owner, the Owner shall pay to the Con- tractor 90 percent of the amount of such estimated sum on or before the 15th day of said month. It is understood, however, that in case the whole work is near to completion and some unexpected or unusual delay occurs due to no fault or neglect on the part of the Contractor, the Owner may, upon written recommen- dation of the Engineer, pay a reasonable and equitable portion of the retained percentage to the Contractor. 9.05 Certificates of Completion. Within 10 days after the Contractor has given the Engineer notice that the work has been completed the Engineer shall inspect the work and satisfy himself by examination and test that the work has been finally and fully completed in accor- dance with the plans, specifications and Contract. If -24- 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 so, the Engineer shall issue a Contract Completion Certificate to the Owner and the Contractor. Such certificate when issued shall constitute final accep- tance of the work covered under this Contract. 9.06 Final Estimate and Payment. After the Contract Com- pletion Certificate has been issued the Engineer shall proceed to make final measurements and to prepare a final estimate of the work done and materials furnish- ed under this Contract and the value thereof. The Engineer shall certify the Final Estimate and submit it to the Owner within five (5) days from the date of the Contract Completion Certificate. The Owner shall pay the Contractor within 15 days from the date of the Contract Completion Certificate the entire sum shown due on the certified Final Estimate prepared by the Engineer after deducting all amounts to be kept and retained under any provision of this Contract. However, it is to be specifically under- stood that the final payment will not be paid by the Owner to the Contractor under any circumstances until the Notarized Affidavit required by Section 9.07 en- titled "Notarized Affidavit ", has been submitted to the Engineer. - All prior estimates and payments shall be subject to correction in the final estimate and payment; but in the absence of error or manifest mistake, it is agreed that all estimates, when approved by the Owner, shall be conclusive evidence of the work done and materials furnished. 9.07 Notarized Affidavit. Before final payment for the work by the Owner the Contractor shall submit to the Engineer a notarized affidavit in duplicate stating under oath that all subcontractors, vendors, and other persons or firms who have furnished or performed labor or furnished materials for the work have been fully paid or satisfactorily secured. Such affidavit shall bear or be accompanied by a statement, signed by the Surety Company who provided the performance bond for the work, to the effect that said Surety Company con- sents to final payment to the Contractor being made by the Owner. 9.08 Release of Liability. The acceptance by the Contrac- tor of the last payment shall operate as and shall be a release to the Owner and every officer and agent thereof from all claims and liability hereunder for anything done or furnished for or relating to the work or for any act or neglect of the Owner or of any per- son relating to or affecting the work. -25- TECHNICAL SPECIFICATIONS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01 - GENERAL Page 01 -01 Scope of Work 1 01 -02 Construction Site 1 01 -03 Backwork 1 01 -04 Grading 1 01 -05 Surface Drainage 2 01 -06 Backfill 2 01 -07 Inspection of Work 2 01 -08 Notification 2 01 -09 Construction Staking 2 01 -10 Testing & Acceptance of Improvements . 3 01 -11 Work in Freezing Weather 3 01 -12 Protection of Trees, Plants & Shrubs 3 01 -13 Barricades 3 01 -14 Property Lines and Monuments 3 01 -15 Disposal of Surplus Material 3 01 -16 Contractor's Use of Premises 3 01 -17 Trade Names 4 01 -18 Materials and Workmanship 4 01 -19 Measurement and Payment 4 SECTION 02 - EARTHWORK INDEX TECHNICAL SPECIFICATIONS 02 -01 General 1 02 -02 Clearing and Grubbing 1 02 -03 Protection of Existing Structures & Utilities 2 02 -04 Maintaining Drainage 2 02 -05 Blasting 3 02 -06 Piling Excavated Material 3 02 -07 Shoring, Sheeting and Bracing 3 02 -08 Seasonal Limits 3 02 -09 Control of Dust 4 02 -10 Barricades, Guards, & Safety Provisions 4 02 -11 Excess Material 4 02 -12 Trench Excavation 4 02 -13 Trench Backfill 6 02 -14 Structural Excavation & Backfill . 8 02 -15 Earthfill Construction 10 02 -16 Measurement and Payment 13 i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 03 - CONCRETE Page 03 -01 General 1 03 -02 Scope 1 03 -03 Portland Cement 1 03 -04 Aggregates 2 03 -05 Water 3 03 -06 Admixtures 3 03 -07 Proportioning 4 03 -08 Mixing 5 03 -09 Concrete Consistency 5 03 -10 Transit Mixers 7 03 -11 Hand Mixing 8 03 -12 Transporting Batched Materials & Mixed Concrete 8 03 -13 Steel Reinforcement for Concrete 9 03 -14 Expansion Joint Filler and Joint Sealants 10 03 -15 Concrete Construction 13 03 -16 Finishing Types 22 03 -17 Openings for Installation of, and Preparation for, Other Work 25 03 -18 Defective Work 26 03 -19 Tests 26 03 -20 Cleaning 27 03 -21 Measurement and Payment 27 SECTION 04 - PIPING 04 -01 General 1 04 -02 Materials 3 04 -03 Plumbing 6 04 -04 Installation of Pressure Lines 8 04 -05 Installation of Gravity Lines 10 04 -06 Cleaning, Testing and Disinfection . 10 04 -07 Pipe Insulation 12 04 -08 Measurement and Payment 13 SECTION 05 - VALVES, GATES AND APPURTENANCES 05 -01 General 1 05 -02 Valves 2 05 -03 Measurement and Payment 6 ii 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 06 - ELECTRICAL Page 06 -01 Scope 1 06 -02 Applicable Specifications & Standards . 1 06 -03 General Conditions 1 06 -04 Plans and Specifications 1 06 -05 Codes, Permits and Inspections 2 06 -06 Progress and Guarantee 2 06 -07 Cutting; Repairing 2 06 -08 Basic Materials and Methods 3 06 -09 Conduit System 3 06 -10 Conductor 4 06 -11 Electrical Service System 4 06 -12 Grounding System 5 06 -13 Temporary Power 5 06 -14 Electrical Distribution System 5 06 -15 Branch Circuits 6 06 -16 Wiring Devices 6 06 -17 Lighting Fixtures 6 06 -18 Lamps 7 06 -19 Other Systems 7 06 -20 Electrical Power Equipment 7 06 -21 Electric Motors 9 06 -22 Shop Drawings 9 06 -23 Equipment Finish 9 06 -24 Guarantee 10 06 -25 Heating Equipment 10 06 -26 Measurement and Payment 10 SECTION 07 - PAINTING AND PROTECTIVE COATINGS 07 -01 General 1 07 -02 Scope of Work 1 07 -03 Preparation of Surface 2 07 -04 Painting Schedule 3 07 -05 Application of Paint 4 07 -06 Workmanship 6 07 -07 Protection of Work 6 07 -08 Measurement and Payment 6 SECTION 08 - SHOP DRAWINGS 08 -01 General 08 -02 Measurement and Payment 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 09 - FENCING 09 -01 General 1 09 -02 Chain Link Fence 1 09 -03 Measurement and Payment 4 SECTION 10 - ASPHALT CONCRETE PAVEMENT CONSTRUCTION 10 -01 Scope of Work 1 10 -02 Governing Technical Specifications . • • 1 10 -03 Measurement and Payment 1 SECTION 11 - BELT FILTER PRESS DEWATERING SYSTEM 11 -01 Scope of the Work 1 11 -02 Belt Filter Press 3 11 -03 Design 3 11 -04 K -S Kompress Electrical Control Panel . 9 11 -05 Air Compressor 11 11 -06 Polymer Feed System 11 11 -07 Polymer System Equipment 12 11 -08 Spare Parts 13 11 -09 Painting 14 11 -10 Start -Up and Supplies 14 11 -11 Belt Wash Pump 15 11 -12 Sludge Pump 15 11 -13 Cake Discharge 15 11 -14 Measurement and Payment 16 SECTION 12 - INSTALLATION OF SLUDGE PUMPS AT EXISTING PLANT LIFT STATION 12 -01 General 1 12 -02 Pump and Motor 1 12 -03 Mounting 2 12 -04 Piping 2 12 -05 Electrical Control Panel 2 12 -06 Level Control 2 12 -07 Painting 2 12 -08 Magnetic Flow Meter 2 12 -09 Measurement and Payment 2 SECTION 13 - MODIFICATION TO SEWAGE TREATMENT PLANT 13 -01 Access Bridge 1 13 -02 Area Drain 2 13 -03 Pump Screen Box 2 13 -04 Roof Addition to Existing Chlorine Tank Storage Area 3 13 -05 Additional Wall at Splitter Box 3 13 -06 Measurement and Payment 3 iv 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 14 - METAL TREATMENT PLANT BUILDING Page 14 -01 General 1 14 -02 Reinforced Concrete Foundation 1 14 -03 Steel 1 14 -04 Site Work 1 14 -05 Floor Slab 2 14 -06 Building 2 14 -07 Metal Building Accessories 5 14 -08 Belt Press Room Interiors 7 14 -09 Insulation 8 14 -10 Lighting 8 14 -11 Electrical Work 8 14 -12 Plumbing 8 14 -13 Exposed Metal Painting 8 14 -14 Clean -Up 9 14 -15 Measurement and Payment 9 SECTION 15 - CONVEYOR 15 -01 General 1 15 -02 Conveyor Belts 1 15 -03 Tracks and Supports 2 15 -04 Drive Unit 2 15 -05 Belt Scraper 2 15 -06 Spare Parts 2 15 -07 Fabrication and Installation 2 15 -08 Field Service 2 15 -09 Measurement and Payment 3 v 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 01 - GENERAL 01 -01 SCOPE OF WORE The work covered by these Specifications consists of furnishing all labor, equipment, appliances, mater- ials and performing all operations in connection with the construction of a water treatment plant, plant equipment, control building, excavation, in- stallation of pipe lines, related appurtenances and the backfilling, testing and compaction of trenches complete in accordance with the Plans, and subject to the terms and conditions of the Contract Docu- ments. 01 -02 CONSTRUCTION SITE During construction, the Contractor shall keep the site free and clean from all rubbish and debris and shall clean -up the site promptly when notified to do so by the Engineer. The Contractor shall, at his own expense, maintain the street free from dust, mud, excess earth or de- bris which constitutes a nuisance or danger to the public using the thoroughfare, or the occupants of adjacent properties. Care shall be taken to prevent spillage on streets over which hauling is done, and any such spillage or debris deposited on streets, due to the Contractor's operations, shall be immediately removed. 01 -03 BACKWORK The Contractor shall coordinate his operations in such a manner as to prevent the amount of clean -up and completion of back works from becoming exces- sive. Should such a condition be existent, the Engineer may order all or portions of the work to cease and refuse to allow any work to commence until the back work is done to the Engineer's satisfac- tion. 01 -04 GRADING The Contractor shall do such grading in the area adjacent to backfilled trenches and structures as may be necessary to leave the area in a neat and satisfactory condition approved by the Engineer. 01 -1/4 3/83 01 -05 SURFACE DRAINAGE All grading in the vicinity of trench excavation shall be controlled to prevent surface water from flowing into the trenches. Any water accumulated in the trenches shall be removed by pumping or by other approved methods. 01 -06 BACKFILL During excavation, material suitable for backfilling shall be piled in an orderly manner, a sufficient distance back from the edges of trenches, to avoid overloading and to prevent slides or cave -ins.. Materials unsuitable for backfilling shall be hauled from the job site and disposed of by the Contrac- tor. Where the Plans and /or Special Provisions provide for segregation of top soil from underlying material for purposes of backfill, the materials shall not be mixed. 01 -07 INSPECTION OF WORE The work covered under this Contract shall be in- spected by the Engineer or the Owner's authorized representative. The quality of material and the quality of installation of pipe and related equip- ment shall be to the satisfaction of the Inspector. It shall be the Contractor's responsibility for the construction methods and safety precautions in the undertaking of this Contract. 01 -08 NOTIFICATION The Engineer must be notified a minimum of 24 -hours in advance of beginning construction. 01 -09 CONSTRUCTION STAKING The Engineer will provide reference hubs and bench marks at the Booster Pump Station site. The Contractor shall provide his own construction staking. 01 -2/4 3/83 01 -10 TESTING AND ACCEPTANCE OF IMPROVEMENTS The Engineer or his representative will be present at the testing of water and sewer lines. The Con- tractor will test all lines and be confident that the lines will be able to pass test prior to calling the Engineer to observe test. No lines will be ac- cepted by the Owner without the Engineer observing the test and certifying to the lines passing the pressure tests as specified herein. 01 -11 WORK IN FREEZING WEATHER Portions of the work may continue as directed by the Engineer. 01 -12 PROTECTION OF TREES, PLANTS AND SHRUBS The Contractor shall take necessary precautions to preserve all existing trees, plants and shrubs but where it is justifiable and necessary, the Contrac- tor may remove trees and plants for construction right -of -way but only with prior approval of the Engineer. 01 -13 BARRICADES Barricades shall be installed, in locations deemed necessary by the Engineer, for the protection of life and property. Under no circumstances will any existing road be permitted to remain closed over a weekend. 01 -14 PROPERTY LINES AND MONUMENTS The Contractor shall be responsible for the protec- tion, reference and resetting of property corner monuments if disturbed. 01 -15 DISPOSAL OF SURPLUS MATERIAL The Contractor shall at his own expense make ar- rangement for the disposal of surplus material, such as rock, trees, brush and other unwanted backfill materials. 01 -16 CONTRACTOR'S USE OF PREMISES The Contractor shall, at his own expense, provide additional space as necessary for his operations and storage of materials. 01 -3/4 3/83 01 -17 TRADE NAMES Except as specified otherwise, wherever in the Specifications an article or class of material is designated by a trade name or by the name or catalog number of any maker, patentee, manufacturer, or dealer, such designations shall be taken as intend- ing to mean and specify the articles described or another equal thereto in quality, finish, and ser- viceability for the purpose intended, as may be determined and judged by the Engineer in his sole discretion. 01 -18 MATERIALS AND WORKMANSHIP No material which has been used by the Contractor for any temporary purpose whatever is to be incor- porated in the permanent structure without written consent of the Engineer. Where materials or equip- ment are specified by a trade or brand name, it is not the intention of the Owner to discriminate against an equal product of another manufacturer, but rather to set a definite standard of quality for performance, and to establish an equal basis for the evaluation of bids. Where the words "equivalent ", "proper ", or "equal to are used, they shall be understood to mean that the item referred to shall be proper, the equivalent of, or equal to some other item, in the opinion or judgment of the Engineer. Unless otherwise specified, all materials shall be the best of their respective kinds and shall be in all cases fully equal to approved samples. Notwith- standing that the words "or equal to" or other such expressions may be used in the specifications in connection with a material, manufactured article or process, the material, article or prices specifical- ly designated shall be used, unless a substitute shall be approved in writing by the Engineer, and the Engineer shall have right to require the use of such specifically designated material, article or process. 01 -19 MEASUREMENT AND PAYMENT No separate payment for work performed under this item. Include cost of same in contract price bid for items of which this work is a component. 01 -4/4 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 02 - EARTHWORK 02 -01 GENERAL Earthwork shall consist of clearing, grubbing, loosening, blasting, rock excavation, removing, transporting, depositing, compacting, trenching, backfilling in final location all materials, wet or dry as required for construction; together with furnishing, placing and removing of all sheeting and bracing; and all pumping and draining of exca- vation. 02 -02 CLEARING AND GRUBBING 02 -02.1 General This work shall consist of removing all natural and artificial objectionable material from the right - of -way, construction areas and such other areas as may be specified. Clearing and grubbing shall be performed in advance of grading operations and in accordance with the requirements herein specified, subject to erosion control requirements. Demoli- tion of buildings and structures, other than foun- dations or slabs, shall be as specified on the plans. 02 -02.2 Preservation of Property Existing improvements, adjacent property, utility and other facilities, and trees and plants are not to be removed, and shall be protected from injury or damage resulting from the Contractor's opera- tions. 02 -02.3 Clearing and Grubbing Operations Unless otherwise specified, the entire area of the project to the widths specified below shall be cleared and grubbed. No payment will be made to the Contractor for clearing and grubbing outside these limits, unless such work is authorized by the Engineer. The area above the natural ground surface shall be cleared of all vegetable growth, such as trees, logs, upturned stumps, roots of downed trees, brush, grass, weeds, and all other objectionable material, within the limits of the roadways and yard area. 02 -1/13 3/83 Trees and plants that are not to be removed shall be fully protected from injury by the Contractor at his expense. 02 -03 PROTECTION OF EXISTING STRUCTURES AND UTILITIES Existing power and telephone lines, trees, fences, pipelines or other conduits, and structures in the vicinity of the work shall be supported and pro- tected from injury by the Contractor during the construction and until the completion of the work. The Contractor shall be liable for all damages to such structures, as herein provided, and shall save and keep the Owner harmless from any liability or expense for injuries, damages, or repairs to same. A thorough attempt has been made to show the type, size, location and number of all utilities, how- ever, no guarantee is made as to the location and number of utilities. The Contractor shall repair, in a manner satisfactory to the Engineer, all util- ities damaged in the progress of his work. The Contractor shall notify all owners of utilities prior to commencement of and sufficiently in ad- vance to have the utilities mark the location of their facilities. The Contractor shall be prepared at all times with labor, equipment, and materials to make repairs to damaged mains or utilities. 02 -04 MAINTAINING DRAINAGE The Contractor shall provide and maintain temporary drainage for all excavations, drains, ditches, trenches, and structures. The Contractor shall keep the excavations dry through the construction operations. Whenever necessary, in order to pro- vide proper drainage, the Contractor shall, at his own expense, install underdrains, furnish and ope- rate all necessary pumping equipment, drainage sumps, wellpoint systems and other drainage facil- ities. The Contractor shall dispose of the water from the work into a drainage channel without damage to ad- jacent property and in such a manner as not to be a menace to the public health. No water shall be drained into completed work or work under construc- tion without prior consent of the Engineer. 02 -2/13 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The Contractor shall provide, without additional compensation, suitable temporary channels or other work for the water that may flow along or across the site of the work. 02 -05 BLASTING Blasting for excavation will be permitted only after securing the approval of the Engineer and only when proper precautions are taken for the pro- tection of persons and property. The hours of blasting will be fixed by the Engineer. Any damage caused by blasting shall be repaired by the Con- tractor at his expense. The Contractor shall carry proper and adequate blasting insurance. The Contractor's methods of procedure in blasting shall conform to federal, state, and local laws. 02 -06 PILING EXCAVATED MATERIAL All excavated material shall be piled in a manner that will not endanger the work and that will avoid obstructing roads and driveways. Hydrants under pressure, valve pit covers, valve boxes, curb stop boxes, fire and police call boxes, or other utility controls shall be left unobstructed and accessible until the work is completed. Gutters shall be kept clear or other satisfactory provisions made for street drainage. Natural watercourses shall not be obstructed. 02 -07 SHORING, SHEETING AND BRACING Where necessary, trenches and other excavations shall be properly sheeted and braced to furnish acceptable working conditions. The bracing shall comply in all respects to the rules, orders, and regulations prescribed by federal, state and local laws. When required by law, the Contractor shall submit to the Engineer detailed drawings of propos- ed bracing. 02 -08 SEASONAL LIMITS No fill material shall be placed, spread, or com- pacted during unfavorable weather conditions. When the work is interrupted by snow or rain, filling operations shall not be resumed until field tests 02 -3/13 3/83 by the Engineer indicate that the moisture content and density of the fill are as specified. 02 -09 CONTROL OF DUST The Contractor shall, at all times, keep the con- struction area watered or swept of all loose mater- ial produced by his operations in order that traf- fic and construction do not raise an objectionable amount of dust. When conditions warrant, the Con- tractor shall apply a suitable dust palliative to control dust. 02 -10 BARRICADES, GUARDS, AND SAFETY PROVISIONS To protect persons from injury and to avoid proper- ty damage, adequate barricades, construction signs, torches, red lanterns, and guards, as required, will be placed and maintained during the construc- tion. All material piles, equipment, and pipe which may serve as obstructions to traffic shall be enclosed by fences or barricades and shall be pro- tected by proper lights when the visibility is poor. The rules and regulations of the local authorities respecting safety provisions shall be observed. 02 -11 EXCESS MATERIAL Excess excavation material shall be promptly remov- ed and disposed of on the site by the Contractor as directed by the Engineer. The Contractor shall not dump material on any private property without the written permission of the Owner thereof. 02 -12 TRENCH EXCAVATION 02 -12.1 Trenching Trenches shall be of such extra width, when requir- ed, as will permit the convenient placing of timber supports, sheeting and bracing, and handling of specials. All excavations for pipes shall be of a depth to permit at least a thirty inch (30 ") cover- ing over the pipe unless otherwise shown. All trenches shall have vertical sides from the bottom to a point at least twelve inches (12 ") above the top of the pipe. Above this point in unstable ground, with the written consent of the Engineer, the trench banks may be sloped as directed. 02 -4/13 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Bell holes shall be provided at each joint to per- mit the jointing to be made properly, unless other- wise approved by the Engineer. The bottom of trench must be free from loose mater- ial before placing the subgrade material. Whenever the maximum allowable trench width is exceeded for any reason, the Contractor shall, at his expense, embed or cradle the pipe in concrete in a manner satisfactory to the Engineer. 02 -12.2 Pipe Clearance in Rock Ledge rocks, boulders, and large stones shall be removed to provide a clearance of not less than six inches (6 ") below and on each side of all pipe, valves, and fittings. 02 -12.3 Excavation in Poor Soil and Refilling to Grade Where the bottom of the trench at subgrade is found to be unstable or to include ashes, cinders, any type of refuse, vegetable or other organic mater- ial, or large pieces of fragments or inorganic material which, in the judgment of the Engineer are unsuitable, the Contractor shall excavate and re- move such unsuitable material to the width and depth ordered by the Engineer. Before the pipe is laid, the subgrade shall be made by backfilling as provided herein. Payment for over excavation and refilling to grade will be made in accordance with the General Condi- tions. Unsuitable excavation shall be removed from the project. 02 -12.4 Braced and Sheeted Trenches Open -cut trenches shall be sheeted and braced as required by applicable regulations, and as may be necessary to protect life, limb, property, or the work. When close sheeting is required by trench conditions, it shall be so driven as to prevent ad- jacent soil from entering the trench below or through such sheeting. Where sheeting and bracing are used, the trench width shall be increased ac- cordingly. The Engineer reserves the right to order the sheet- ing driven to the full depth of the trench or to 02 -5/13 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 such additional depths which are required for the protection of the work. Where the soil in the lower limits of a trench has the necessary stabil- ity, the Engineer, at his discretion, may permit the Contractor to stop the driving of sheeting at some designated elevation above the trench bottom. Any sheeting driven below the invert grade shall be left in place. The granting of such permission by the Engineer, however, shall not relieve the Con- tractor in any degree from his full responsibility under the Contract. Sheeting and bracing which are left in place must be removed for a distance of three feet (3') below the established finished grade or the existing sur- face, whichever is lower. Trench bracing, except that which must be left in place, may be removed when the backfilling has reached the respective levels of such bracing. Sheeting, except that which must be left in place, must be removed after the backfilling has been completed or has been brought up to such an elevation as to permit its safe removal. Sheeting and bracing may be removed before backfilling but only in such manner as will insure the adequate protection of the adjacent structures. 02 -13 TRENCH BACKFILL 02 -13.1 General Pipeline trenches shall be backfilled with desig- nated materials to the level of the original ground surface, to the underside of the ground base course, to the finished grade, or as shown on the drawings. Before backfilling, the trench shall be cleared of all timber and debris. Backfill shall be compacted to 85% relative density except as otherwise provided herein. It is highly important that a dense, well- compacted backfill be placed around the pipelines. The Con- tractor will be required to produce such a backfill under all circumstances. The materials used for the backfill, the amount thereof, and the manner of deposition shall be subject to the approval of the Engineer, but the Contractor will be held respons- ible for any displacement or instability of the pipeline or any damage to the coating caused by im- proper installation of backfill materials. No 02 -6/13 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 material shall be used for trench backfill, which, for any reason cannot be compacted to the degree specified. For these specifications, backfill shall be divided into two (2) categories: Bedding and Upper Zone Backfill. Bedding shall be defined as that mater- ial supporting and extending to one foot (1') above the top of the pipe. Where concrete is specified to cover the pipe, the top of the concrete shall be considered as the top of the bedding. Upper zone backfill shall be defined as that material placed in the trench from the top of the bedding to the upper limit of backfill required. 02 -13.2 Bedding In soft, spongy, unstable, or other similar mater- ial is encountered upon which the bedding material or pipe is to be placed, this unsuitable material shall be removed to a depth ordered by the Engineer and replaced with bedding material suitably densi- fied. Additional bedding so ordered, over the above amount required by the plans or specifica- tions, will be paid for as provided in the General Conditions. If the necessity for such additional bedding materials has been caused by an act or failure to act on the part of the Contractor, or is required for the control of ground water, the Con- tractor shall bear the expense of the additional excavation and bedding. Bedding material shall first be placed so that the pipe is supported for the full length of the barrel with full bearing on the bottom segment of the pipe equal to a minimum of 0.4 of the outside diameter of the barrel. Then the remainder of the bedding shall be placed. Alternate methods of pipe laying which are recommended by the pipe manufacturer may be used if approved by the Engineer. Refer to "Pipe Bedding" detail at end of these specifications. The pipe bedding over the top of the pipe shall be compacted to 90 percent relative compaction unless otherwise shown on the drawings. 02 -7/13 3/83 1 1 1 1 1 1 I 1 1 1 1 1 1 1 1 1 1 1 1 02 -13.3 Upper Level Backfill Backfill material for the upper level backfill zone of the pipe trench shall be native material com- pacted to 85 percent relative compaction. In roadway or parking areas, all backfill shall be compacted to 90 percent relative compaction. Jetting (water consolidation of backfill) shall be used only when approved by the Engineer. The jet pipe shall be not less than one and one -half (1 -1/2) inches in diameter and shall extend to within fifteen inches (15 ") of the top of the pipe during jetting of backfill over pipe. The source of water for jetting shall be a water tank with a pressure of sixty pounds (60) per square inch. All "bridges" shall be completely broken down during the jetting process. Jet points along the line of the ditch shall be staggered from side to side at intervals not to exceed six feet (6') center to center or as necessary so that the backfill takes full possible subsidence while water is being in- troduced into it through the jet pipe. If the com- paction requirements specified above are not met within 60 calendar days after jetting the backfill, the trench shall be re- excavated. Backfill mater- ial shall then be compacted by tamping and /or roll- ing until the compaction requirements are satis- fied. Backfill must have no rocks larger than 5" in its greatest dimension. 02 -14 STRUCTURAL EXCAVATION AND BACKFILL 02 -14.1 Excavation The Contractor may employ any method of excavation that he desires which, in his experience, he con- siders to be the best, providing it meets with the approval of the Engineer. The ground shall not be dug by machinery nearer than three inches (3 ") of any finished subgrade without the express consent and approval of the Engineer. The last three inch- es (3 ") shall be removed by such methods acceptable to the Engineer, and shall not disturb or weaken any subgrade for foundation purposes. 02 -8/13 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Excavations for footing, floor slabs, and other structures shall be carried to the neat outside lines of such structures, as shown on the drawings, plus one inch (1 ") in all horizontal directions, and the concrete to be poured therein shall be placed on or against the original undisturbed material whenever such a procedure is reasonably possible and expedient. If this is not possible, the earth on which the concrete is to be poured shall be compacted to a uniform density of not less than ninety percent (90%) of the maximum density. Excavations for walls, where forms are used, shall extend a sufficient distance to allow for placing and removal of forms, installations of services, and inspection of work. Structure excavation carried beyond or below the lines and grades indicated on the drawings shall be refilled with approved materials and compacted as directed by the Engineer at the expense of the Con- tractor, except that under footings, concrete shall be used. 02 -14.2 Backfilling All lumber, rubbish and braces shall be carefully removed from excavations. Unless otherwise speci- fied, all excavations shall then be backfilled with imported material up to the original surface of the ground, or to such grades as shall be directed. The backfilling shall be done as completely as pos- sible in such manner as to prevent after- settle- ment. No backfill shall be placed against concrete walls until the walls have been inspected and approved by the Engineer. Shoring and sheeting shall be care- fully and completely removed as the backfilling progresses, unless otherwise authorized by the Engineer. Where sheeting is left in place, all cavities behind such sheeting shall be solidly filled. Aggregate under floor slabs, as called for on the drawings, shall meet the following specifications and be compacted to 90 percent of the maximum den- sity. 02 -9/13 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Sieve Size Percentage Passing Sieve 1" 100 3/4" 90 -100 No. 4 0- 10 Backfill material shall be placed in horizontal, uniform layers not exceeding eight inches (8 ") in thickness before compaction, and shall be brought up uniformly on all sides of the structure or facility. Each layer of backfill shall be compact- ed to a relative compaction of not less than 90 percent. Consolidation of structure backfill by ponding and jetting will be permitted when as determined by the Engineer, the backfill material is of such charac- ter that it will be self- draining when compacted and that foundation materials will not soften or be otherwise damaged by the applied water, and no damage to the structure from hydrostatic pressure will result. When ponding and jetting is permit- ted, material for use as structure backfill shall be placed and compacted in layers not exceeding four feet (4') in thickness. The work shall be performed without damage to the structure or soft- ening of the embankment and in such a manner that excess water will not be impounded. Ponding and jetting methods shall be supplemented by the use of vibratory or other consolidation equipment when necessary to obtain the required consolidation. Backfill material shall be native material provided that no material larger than three inches (3 ") in greatest dimension shall be used. 02 -15 EARTBFILL CONSTRUCTION 02 -15.1 General Earth fill construction shall consist of construct- ing embankments, including the preparation of the areas upon which they are to be placed; buttress fills, dikes; the placing and compacting of approv- ed material within areas where unsuitable material in holes, pits and other depressions. Areas over which fills are to be placed shall be cleared and scarified to provide a bond between the existing ground and the material to be deposited thereon. When fills are to be placed over existing 02 -10/13 3/83 surface improvements which are to remain in place, such clearing and scarifying will not be required. When fill is to be made and compacted on hillsides or where new fill is to be compacted against exist- ing fill or where embankment is built one -half width at a time, the slopes or original hillsides and old or new fills shall be benched a minimum of four feet (4') horizontally as the fill is placed. A new bench shall be started where the vertical cut for the next lower bench intersects the existing ground. Material thus cut out shall be recompacted along with the new embankment material at the Contrac- tor's expense. Clods or hard lumps of earth of six inches (6 ") in greatest dimension shall be broken up before com- pacting the material in embankment, with the fol- lowing exception: When the fill material contains large rocks, boul- ders, or hard lumps (such as hardpan or cemented gravel which cannot be broken readily) over twelve inches (12 ") in greatest dimension, such materials may be incorporated in the fill only when authoriz- ed by the Engineer with respect to the acceptabil- ity of the material, the location and depth of its placement in the fill, and the method to be used. Embankments shall not be constructed when material is frozen or a blanket of snow prevents proper com- paction. 02 -15.2 Compacting Fill shall be constructed in compacted layers of uniform thickness and each layer shall be compacted in accordance with the requirements herein speci- fied with the following exception: Where fills are to be constructed across low, swam- py ground which will not support the weight of hauling equipment, the lower part of the embankment may be constructed by dumping successive loads in a uniformly distributed layer of a thickness not greater than that necessary to support the equip- ment while placing subsequent layers. The remain- der of the embankment shall be constructed in lay- ers and compacted as specified. 02 -11/13 3/83 The construction of dikes, the placing and compact- ing of approved material where unsuitable material has been removed, and the filling of holes, pits and other depressions, shall conform to all of the requirements specified herein for compacting fills. Trenches, holes, depressions and pits outside of areas where fills are to be constructed shall be graded to provide a presentable and well- drained area. Embankments shall be constructed so that each layer shall have a cross fall of at least two percent (2%) but no more than five percent (5%). The loose thickness of each lift of fill material shall not exceed that which will provide the speci- fied relative compaction through the full depth of the lift by the specific compaction equipment being utilized. Each lift shall be compacted in accor- dance with the following requirements to a relative compaction of not less than 85%. The interstices around the rock in each layer shall be filled with earth or other fine material and compacted. Broken portland cement concrete and bituminous type pavement obtained from the project excavations will be permitted in the fill with the following limitations: 1. The maximum dimension of any piece used shall be six inches. 2. Pieces larger than four inches (4 ") shall not be placed within twelve inches (12 ") of any structure. 3. Pieces larger than three inches (3 ") shall not be placed within twelve inches (12 ") of the finished surface. 4. "Nesting" of pieces will not be permitted. At locations where it would be impractical to use mobil power compacting equipment, fill layers shall be compacted to the specified requirements by any approved method that will obtain the specified re- lative compaction. At the time of compaction, the moisture content of fill material shall be such that the specified relative compaction will be obtained and the fill will be firm, hard and unyielding. Fill material which contains excessive moisture shall not be 02 -12/13 3/83 compacted until the material is dry enough to obtain the required relative compaction. Full compensation for any additional work involved in drying fill material to the required moisture content shall be considered as included in the contract price paid and no additional compensation will be allowed therefor. 02 -16 MEASUREMENT OF PAYMENT No separate payment for work performed under this Item. Include cost of same in Contract prices bid for item of which this work is a component part. 02 -13/13 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 03 - CONCRETE 03 -01 GENERAL 03 -02 SCOPE Concrete consisting of portland cement, concrete ag- gregate, sand and water will be designated by a sym- bol consisting of a number, a letter and a number. The first number will be the number of sacks of cement per cubic yard, and the last number the com- pressive strength at 28 days expressed in pounds per square inch. A sack of cement shall be defined as 94 pounds. The concrete shall be 6.0 -4000 unless otherwise specified. Compressive strength tests where specified herein, shall be performed in accor- dance with ASTM C -39. The Contractor shall be responsible for providing the mix design to the Engineer for approval. This section of the specifications shall include all labor and materials to construct all concrete work as shown on drawings, herein specified, or both in- cluding the following: All footings, slabs, floors, walls, beams, supports, walks, pedestals, curbs, vaults and other concrete items, complete with metal reinforcement. All concrete finishes and textures. All formwork, formwork supports, formwork coatings and soaking, screens and levels required, and form- work removal. Installing all inserts, grounds, dowels, blocks, sleeves and anchors, and safety threads as shown and /or specified in this or other sections. Slab waterproofing. 03 -03 PORTLAND CEMENT All cement to be used or furnished shall be Type I, portland cement, conforming to ASTM C -150 unless otherwise specified. The Contractor shall furnish a certificate of compliance signed by the manufacturer identifying the cement and stating that the cement delivered conforms to ASTM C -150. 03 -1/27 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 03 -05 WATER Whenever suitable facilities, approved by the Engi- neer, are available for handling and weighing bulk cement, such facilities shall be used. Otherwise, the cement shall be delivered in original unopened sacks that have been filled by the manufacturer. They shall be plainly marked with the manufacturer's name or brand and cement type. Each sack shall con- tain 94 pounds of cement. Cement shall be stored in such a manner as to permit ready access for the purpose of inspection and sam- pling, and suitably protected against contamination or moisture. Should any cement show evidence of contamination, or be otherwise unsuitable, it shall not be used. All portland cement used in concrete for any indivi- dual structure shall be of the same brand and type unless otherwise approved by the Engineer. 03 -04 AGGREGATES Aggregates shall be sand and concrete aggregates conforming to the requirements prescribed in ASTM C -33 coarse aggregate gradation size number 467, and shall be approved by the Engineer prior to use. They shall meet the grading requirements of this subsection. Methods of handling materials resulting in segrega- tion, degradation or the combining of materials which result in any stockpile failing to meet speci- fications, shall not be permitted. Aggregates which are found to have a silica - released to alkali- reduced ratio greater than one, when test- ed in accordance with ASTM C289, may be used only when approved by the Engineer and provided low - alkali cement is used. Water used for concrete shall be clear and free from oil, vegetable matter and other deleterious substan- ces. Water shall not contain an amount of impurities that will cause a change in the time of setting of portland cement of more than 25 percent nor a reduc- tion in the compressive strength of mortar at four- teen days of more than 5 percent compared to results obtained with distilled water. 03 -2/27 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 In conventionally reinforced concrete work, water shall not contain more than 1,000 ppm of chlorides calculated as Cl, nor more than 1,000 ppm of sul- fates calculated as SO4. In non - reinforced concrete work, water shall not contain more than 2,000 ppm of chlorides calculated as Cl, no more than 1,500 ppm of sulfates calculated as SO4.. 03 -06 ADMIXTURES Air entrainment shall be required on exposed plant walls or as directed by the Engineer. The air con- tent shall not be less than 3% nor more than 6%. Admixture shall conform to ASTM C -260. Test shall be conducted in accordance with C -231, 233 or 173. Water reducer -set retarder admixture shall be used when average daily mean temperature is 75 ° F. or more per ASTM C -494. No other admixtures of any type shall be used unless authorized by the Engineer. When an admixture is permitted or specified, it shall be measured accu- rately into each batch or load in liquid form by a mechanical dispensing device and method approved by the Engineer. 03 -07 PROPORTIONING Aggregates and cement shall be proportioned by weight. Proportioning shall consist of combining the aggre- gates, each stored in a separate bin in the various gradations prescribed, with cement and water. Weigh hoppers shall be charged from bins located directly over them or from conveyor belts. When conveyor belts are used, there shall be a separate belt for each size aggregate. There shall be an approved moisture meter installed to indicate the moisture in the sand. Bulk cement shall be weighed in an individual hopper and shall be kept separate from the aggregates until the batch ingredients are discharged into the mixer drum. The cement hopper shall be attached to a separate scale for individual weighing. 03 -3/27 3/83 1 1 1 1 1 1 1 1 1 1 1� 1 1 1 1 1 1 1 1 The amount of water to be added to the mixture shall be measured and discharged rapidly into the mixing drum through a valve with a positive cut -off. When water is measured by weight it shall be weighed on a separate scale. All weighing or metering devices, except moisture meters, used for proportioning materials shall be accurate to within one percent. They shall be seal- ed and certified by the recognized, legal Sealer of Weights and Measures. These certifications shall be dated within the past 12 months and shall be renewed whenever required by the Engineer. The moisture meter shall be accurate to within 1/2 of one percent moisture. Whenever portable bunkers are set up at a new location, the scale assemblies shall be inspect- ed and certified regardless of the date the scales were last tested. Scales utilized in proportioning shall be either springless dial or multiple beam type. Scale gradu- ations shall be no greater than the following: Aggregate Scales Cement Scales Water Scales 25 lbs. 5 lbs. 5 lbs. All scales shall be of such size and so arranged that they may be read easily from the operator's platform. if a multiple beam type scale is used, the scale shall be provided with an indicator oper- ated by the main beam which will give positive visi- ble evidence of over or under weight. The indicator shall be so designed that it will operate during the addition of the last 400 pounds of any weighing. The over travel of the indicator hand shall be at least one -third of the loading travel. Indicators shall be enclosed against moisture and dust. Weighing equipment shall be insulated against vibra- tion and movement of other operating equipment in the plant. When the entire plant is running, the scale reading at cut -off shall not vary from the weight designated by the Engineer by more than one percent (1%) for cement, one percent (1%) for water, one and one -half percent (1 -1/2%) for any size of aggregate, nor one percent (1 %) for the total aggre- gate in any batch. 03 -4/27 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 03 -08 MIXING Machine mixing will be required in all cases other than those in which it would obviously prove to be impractical, in which event hand mixing will be per- mitted. Mixing shall be commenced as soon as possi- ble after the cement is placed in contact with the aggregates, but in no event shall the intervening period exceed 30 minutes. All concrete mixers shall be of such design and con- struction and so operated as to provide a thoroughly and properly mixed concrete in which the ingredients are uniformly distributed. Mixers shall be main- tained in proper and serviceable working condition and any part or portion thereof that is out of or- der, or becomes worn to such extent as to detrimen- tally affect the quality of mixing, shall be prompt- ly repaired or replaced. 03 -09 CONCRETE CONSISTENCY The amount of water added at the mixer shall be re- gulated to take into account the free water in the aggregates. Free water is defined as the total water minus the water absorbed by the aggregate in a saturated surface -dry condition. The amount of water used in the mixture shall not exceed the minimum amount necessary to permit prac- tical placement and consolidation of the concrete, and unless otherwise authorized by the Engineer, shall be that required to produce concrete with a slump within the range shown as nominal in the fol- lowing table: Type of Work Nominal Slump Maximum Slump (inches) (inches) Concrete Pavement 0 -2 3 Non - reinforced Concrete 0 -3 4 Reinforced Concrete Structures Heavy Sections 0 -3 5 Thin Sections & Columns 0 -4 6 Concrete Placed under Water 6 -8 9 03 -5/27 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The concrete used in the work shall not have a slump greater than that shown as maximum above, nor a free water content greater than 312 pounds per cubic yard of concrete. When adverse or difficult conditions affect the placement of concrete, the Engineer may authorize a greater slump to be used, provided both the water and cement are increased. Water shall be added at a ratio not to exceed 30 pounds per sack of added cement per cubic yard of concrete, and such addi- tional water and cement shall be at the Contractor's expense. The consistency of concrete shall be determined in accordance with ASTM C -143. If slump tests of individual samples taken at appro- ximately the 1/4 and 3/4 points of the discharge differ by more than two inches (2 "), the mixer will not be acceptable for further use until the condi- tion is corrected. 03 -10 TRANSIT MIXERS The type, capacity, and manner of operation of the mixing and transporting equipment for ready -mix con- crete shall conform to the current ASTM C -94 stan- dard; "Standards for Operation of Truck Mixers and Agitators of the National Ready -Mixed Concrete Asso- ciation" and the "Truck Mixer and Agitators Stan- dards of the Truck Mixer Manufacturers Bureau ". Transit mix concrete trucks shall be equipped with an automatic device for recording the number of revolutions of the drum during the mixing period. Each mixer and agitator shall have attached thereto in a prominent place, a metal plate or plates, in- stalled by the manufacturer on which is plainly marked the capacity of the drum in terms of the volume of mixed concrete and the speed of rotation for the agitating and mixing speeds of the mixing drum or blades. Each mixer shall have an identification number painted on the truck in such a location that it can be easily read from the batching platform. The total volume of materials introduced into the mixer shall not exceed the manufacturer's guaranteed mixing capacity. If the concrete so mixed does not 03 -6/27 3/83 1 1 1 1 1 t 1 1 1 1 1 1 1 1 1 1 1 1 1 meet the uniformity requirements of this subsection, the amount of materials charged into the mixer shall be reduced. The drum of the mixer shall be completely emptied of any previously mixed load. The proper proportions of aggregate, cement, and water for each load of concrete shall be placed in the mixer and shall be mixed therein for not less than 70 nor more than 100 revolutions of the drum or blades at the speed de- signated by the manufacturer of the equipment as mixing speed. Additional revolutions of the drum shall be at the speed designated by the manufacturer of the equipment as agitating speed. The revolving of the drum shall be continuous until the concrete is completely emptied from the drum. When concrete is being placed for concrete struc- tures, all wash water shall be emptied from the mix- er before any portion of the succeeding load is placed therein. For all other work, the mixer shall be empty or may carry 10 gallons of water in the drum. Adequate control of ready -mixed concrete will normally require that additional water be added and mixed into the batch at the point of discharge. Water so added shall be mixed into the load for a minimum mixing time of three (3) minutes. Water shall not be added to the load during transit. The total elapsed time between the addition of water at the batch plant and discharging the completed mix shall not exceed 90 minutes. Under conditions con- tributing to quick setting, the total elapse time permitted may be reduced by the Engineer. The Engineer shall be provided with a legible certi- fied weighmaster's certificate which shall contain the following information: Name of vendor Name of contractor Number of cubic yards in the load Actual weights of cement and of each size of aggregate Amount of water added at the plant Amount of water in the aggregate Brand and type of cement Brand and amount of admixture Time and date of batching 03 -7/27 3/83 1 r 1 1 1 1 1 1 1 1 1 1 1 Y 1 1 1 1 1 Space shall be provided on the certificate so that amount of water added on the job may be indicated. 03 -11 HAND MIXING Hand mixed concrete shall be mixed on a water -tight platform or in a mortar box in batches not to exceed 1/3 cubic yard each. The aggregates shall first be spread in a uniform layer over which the required quantity of cement shall be evenly distributed. The entire batch shall be turned with shovels until the ingredients are thoroughly blended before adding the water. After adding the proper amount of water, the batch shall again be turned with shovels until a uniform consistency is obtained. Methods of hand mixing which allow the loss of mixing water will not be permitted. 03 -12 TRANSPORTING BATCHED MATERIALS AND MIXED CONCRETE The compartments of trucks or other equipment used for the purpose of transporting proportioned dry ag- gregate and cement, or mixed concrete, shall be suitably constructed to adequately protect and pre- vent loss or leakage of the contents during charg- ing, transit or discharging. 03 -13 STEEL REINFORCEMENT FOR CONCRETE 03 -13.1 General The following specifications set forth the require- ments for bar, wire, and wire mesh reinforcement. The reinforcement shall conform accurately to the dimensions and details indicated on the plans or otherwise prescribed. Before being placed in any concrete work, it shall be cleaned thoroughly of all rust, mill scale, mortar, oil, dirt, or coating of any character which would be likely to destroy, re- duce, or impair its proper bonding with the con- crete. 03 -13.2 Reinforcing Steel Unless otherwise specified, reinforcing steel shall be Grade 60 billet steel conforming to ASTM A -615. Varying grades shall not be used interchangeably in structures. 03 -8/27 3/83 1 1 1 1 1 1 1 1 1 r 1 1 1 1 1 1 1 1 Steel bending processes shall conform to the re- quirements of ACI -318. Bending or straightening shall be accomplished so that the steel will not be damaged. Kinked bars shall not be used. 03 -13.3 Wire Reinforcement Wire reinforcement shall in all respects fulfill re- quirements prescribed in ASTM A -82. 03 -13.4 Wire Mesh Reinforcement Mesh reinforcement shall conform to ASTM A -185. The gauge of the wire and the dimensions of the mesh will be specified in the special provisions or shown on the plans. The wire mesh reinforcement shall be so constructed as to retain its original shape and form during the necessary handling. The effective cross - sectional area of the wire shall be equal to that specified or indicated on the plans. 03 -14 EXPANSION JOINT FILLER AND JOINT SEALANTS 03 -14.1 General This section specifies joint fillers and sealants to be used for treating joints in portland cement con- crete. 03 -14.2 Premolded Joint Filler Premolded joint filler material shall consist of premolded strips of a durable resilient material. Unless otherwise specified, premolded joint filler shall be one of the following types: Preformed Ex- pansion Joint Filler (Bituminous Type) ASTM D -994, Non - extruding and Resilient Filler (Bituminous Type) ASTM D -1751, or Non- extruding and Resilient Filler (Non- bituminous Type) ASTM D -1752. 03 -14.3 Asphalt -Latex Emulsion Joint Sealant Asphalt -latex emulsion joint sealant shall be de- signed for mixing and application by hand methods and shall be suitable for use at temperatures above 50 ° F. The sealing compound shall be an emulsion consisting of approved paving asphalt, emulsified with rubber latex in the presence of a suitable 03 -9/27 3/83 1 1 1 1 1 1 1 1 1 1 1 1 t 1 1 1 1 1 emulsifying agent. Rubber latex shall be natural rubber or synthetic latex containing approximately 40% solids. The resulting emulsion shall consist of a minimum of 55% paving asphalt and a minimum of 36% rubber latex. A setting agent shall be provided in the form of a paste to be added at the rate of approximately 3 fluid ounces per gallon of emulsion. The joint sealant shall comply with the following requirements: 03 -10/27 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ASPHALT -LATEX EMULSION JOINT SEALANT Test Method Determination No. Furol Visco- ASTM 80 -250 Sec. sity at 77 ° F D -88 Sieve Test ASTM 1% Max. D -244. Penetration Calif. 50 -150 at 77 ° F 418 Requirements Elasticity (1) Calif. 70% Min. 418 Total Solids Calif. 70% Min. (2) 418 Setting Time Calif. (2) 418 60 Min. Max. (1) Mixing ratio of Material: to 2 add 10 + 0.1 g. of sodium fluos (2) Mixing ratio of Material: to 8 component add 12 ml. of setting 03 -14.4 Application Remarks Before adding setting agent. Before adding setting agent. Immediately after mixing, pour material into a 6 -oz. deep ointment can. Allow specimen to stand in air at a temperature of 77 ° F + 2 ° F for a period of 24 -hrs. Then penetrate with a grease cone under a total load of 150 grams in accor- dance with ASTM D -217. Immediately after mixing, pour material into ducti- lity clips. Cure for 24- hrs. at 115 ° F + 2 ° F. Test specimen in mogified ducti- lity mold per test method Place 3 to 5 grams freshly mixed material in an alumi- num pan and dehydrate in suitable oven maintained at a temperature of 200 ° F + 3 ° F for a period of 3- Firs. Pour material into a 6 -oz. deep ointment can. Check penetration each 15 -min. Record time when penetra- tion is less than 200. 00 g. of emulsion component ilicate powder. fluid ounces of emulsion agent component. Immediately before applying the joint sealant, the joint shall be thoroughly cleaned by abrasive blast- ing or other approved means to remove all mortar, laitance, scale, dirt, dust, oil, curing compounds and other foreign material. The joint shall be blown out with high pressure compressed air to re- move all residue. 03 -11/27 3/83 1 1 1 1 1 r 1 1 1 1 1 r 1 t 1 1 1 1 1 At the time of applying the joint sealant, the joint shall be surface dry, and acceptable to the Engi- neer. No sealant shall be placed during unsuitable weather or when the atmospheric temperature is below 50 ° F, or when weather conditions indicate that the temperature may fall below 32 ° F within 24- hours. The joint shall be filled from the bottom to the top without formation of voids. The top of the finished joint seal shall be between 1/4 -inch and 3/8 -inch below the finish surface. At no time shall the emulsion be subjected to a tem- perature below 40 ° F. Prior to application, the joint sealant may be warmed if necessary to permit proper filling of the joints. The heating shall be carefully controlled to avoid overheating of any part of the container or mixture and under no cir- cumstances shall the emulsion be heated to a temper- ature greater than 130 ° F. Immediately before applying the sealant, the emul- sion shall be mixed with the proper amount of paste setting agent. The components shall be mixed, pre- ferably with a power mixer, for 5- minutes to produce a homogeneous material. 03 -14.5 Concrete Curing Compound Curing compound shall consist of a liquid which, when applied to fresh concrete by means of a spray gun, will form an impervious membrane over the ex- posed surfaces of the concrete. Mats and poly - plastic sheets may be used. The membrane may be either asphaltic or paraffin derivatives to which other water - proofing materials may have been added. Concrete curing compounds shall be clear or translucent with red fugitive dye. Curing time shall be a minimum of five (5) days with temperature above 50 ° F. Curing compound shall be non -toxic and taste and odor free. 03 -14.6 Form Coating All form work to be required shall be coated with an approved resin based material applied according to the manufacturer's directions. Form coating shall be non -toxic after 30 -days. 03 -12/27 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 03 -14.7 Water -Stops Water -stops shall be provided where shown on the Plans and shall be a minimum height of six inches, a minimum thickness of 3/8 ", be of polyvinyl chloride material and shall be approved by the Engineer. All water -stop joints shall be welded according to the manufacturer's recommendations. 03 -14.8 Grout Grout for patching of honeycombs, she bolt holes, spalls, etc. or where approved by the Engineer shall be "Thorite" as manufactured by Standard Dry Wall Products of Miami, Florida. Grout used in setting machinery and equipment shall be "Thoroset" Metallic Compound worked in under the machinery bases in such a manner as to preclude voids of pockets under the metal base. The edges shall be neatly finished to give a neat appearance. Concrete surfaces shall be roughened and cleaned before the grout is placed. Mix compound with cement, sand, and gravel per manufacturer's specifi- cations. "Thoroset" shall be as manufactured by Standard Dry Wall Products, Miami, Florida. 03 -15 CONCRETE CONSTRUCTION 03 -15.1 General Concrete chambers, vaults, walls, structural slabs, footings, foundations and similar structures shall be constructed in conformity with the plans and this sub - section. Concrete for use in work constructed under this Section shall conform to the requirements herein. Safe and suitable ladders shall be provided to per- mit access to all portions of the work. The compressive strength of the concrete referred to in this section will be based on the results of two tests from 6" X 12" concrete test cylinders made and tested by the Engineer in accordance with ASTM C -31 and C -39. The cylinders shall be cured in accordance with ASTM C -31. 03 -13/27 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 03 -15.2 Subgrade for Concrete Structures Earth subgrade upon which concrete is placed shall be firm and free from water. Ground water shall be kept below subgrade until the concrete has set. When the subgrade is in dry earth, it shall be tho- roughly dampened with water to ensure that no mois- ture will be absorbed from the fresh concrete. 03 -15.3 Forms When the design details for the project provide for the construction of filter or drain material con- sisting of gravel (or combination of gravel and sand), which material will be subgrade for concrete, the placing of steel reinforcement and placement of concrete shall follow the installation of the filter or drain material as closely as practical. The fil- ter or drain material shall be kept de- watered to the extent necessary to prevent any portion of con- crete materials being deposited in water. When the concrete is to be deposited on rock, the rock shall be fully uncovered, cleaned, and its sur- face shall be removed to a depth sufficient to ex- pose sound rock. Bedrock shall be roughly leveled - off or cut to approximately horizontal and vertical steps. Seams in the rock shall be grouted under pressure or otherwise treated as the Engineer may direct. Forms shall be of suitable material and of a type, size, shape, quality, and strength to ensure con- struction as designed. The forms shall be true to line and grade, mortar tight, and sufficiently rigid to resist deflection during placing of the concrete. The responsibility for their adequacy shall rest with the Contractor. All dirt, chips, sawdust, nails and other foreign matter shall be completely removed from forms before any concrete is deposited therein. The surfaces of forms shall be smooth and free from irregularities, dents, sags and holes that would deface the finished surfaces. Forms previous- ly used shall be thoroughly cleaned of all dirt, mortar and foreign matter before being re -used. 03 -14/27 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Before concrete is placed in forms, all inside surfaces of the forms shall be thoroughly treated with releasing agent as specified herein. Care shall be exercised that no releasing agent is deposited on previously placed concrete. Forms for all surfaces that will not be completely enclosed or hidden below the permanent surface of the ground shall be made of surfaced lumber, or material which will provide a surface at least equal to surfaced lumber or plywood. Any lumber or mate- rial which becomes badly checked or warped, prior to placing concrete, shall not be used. Forms for all exposed surfaces shall be constructed of plywood or an approved equal. Plywood for forms shall be Exterior Type, of the grade "Concrete -Form Exterior ", conforming to the specifications of the U. S. Department of Commerce, National Bureau of Standards, Commercial Standards, latest edition. Plywood shall be furnished and placed in 48 inch widths and in uniform lengths of not less than 96 inches, except where the dimension of the member formed is less than the specified panel dimension. Plywood shall be placed with the grain of the outer plies in the direction of the longest span. Where plywood is attached directly to the studs or joists, the panels shall be not less than 5/8 inch thick, and the studs or joists shall be spaced not more than 12 inches, center -to- center. Plywood less than 5/8 inch thick, otherwise conforming to the require- ments specified herein, may be used with a contin- uous backing of 3/4 inch sheeting. All form panels shall be placed in a neat symmetrical pattern with the horizontal joists level and continuous. All joints shall be filled with an approved quick -set- ting compound and finished flush with the interior of the form. Wooden forms for copings and curbs shall have a thickness of not less than 1 -5/8 inches and a width of not less than the full depth of coping or curb. Unless otherwise shown on the plans, all sharp edges shall be chamfered with 3/4 inch by 3/4 inch trian- gular fillets. Forms for curved surfaces shall be so constructed and placed that the finished surface will not deviate from the arc of the curve by more than the tolerance shown on the Plans. 03 -15/27 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Forms shall be so constructed that portions, where finishing is required, may be removed without dis- turbing portions of forms to remain in place. Forms for, girders and slabs shall be cambered as may be required by the Engineer. Forms shall, as far as practicable, be so construct- ed that the form marks will conform to the general line of the structure. Form clamps or bolts, approved by the Engineer, shall be used to fasten forms. The use of twisted wire loop ties to hold forms in position will not be permitted, nor shall wooden spreaders be used unless authorized by the Engineer. Clamps or bolts shall be of sufficient strength and number to prevent spreading of the forms. They shall be the break -off type so that they can be entirely removed or cut back 1 inch below the finished surface of the con- crete. All forms for outside surfaces shall be con- structed with stiff wales at right angles to the studs, and all form clamps or bolts shall extend through and fasten such wales. Form work shall be approved prior to placement of concrete in the form. 03 -15.4 Removal of Forms The periods of time for form removal set forth here- in are permissive only and subject to the Contractor assuming all risks that may be involved. The time periods are minimum with no allowance therein for external loads. At times of low temperature, or other adverse conditions, the Engineer may require the forms to be kept in place for longer periods of time. The time periods are predicated on the use of con- crete to which no admixtures have been added. No forms shall be removed until approval of Engineer is obtained. Forms shall be stripped after the re- quired time and projecting wire snapped off. Remov- al shall not proceed faster than the required fin- ishing procedure can be completed. Vertical forms shall not be disturbed for at least twenty -four (24) hours after last concrete in walls is placed, except as authorized by the Engineer. 03 -16/27 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Forms shall remain in place a minimum of twenty -four (24) hours and be removed only after Engineer's approval. 03 -15.5 Falsework All falsework shall be designed and constructed to provide the necessary rigidity and to support the loads. Falsework for the support of a superstruc- ture shall be designed to support the loads that would be imposed if the entire superstructure were placed at one time. All falsework, staging, walkways, forms, ladders, cofferdams, and similar accessories shall equal or exceed the minimum requirements of the State Divi- sion of Industrial Safety. Compliance with such requirements shall not relieve the Contractor from full responsibility for the adequacy of safety mea- sures. 03 -15.6 Placing Reinforcement Before placing reinforcing steel, the Contractor shall submit a reinforcing steel placing plan for approval of the Engineer. Reinforcing bars shall be accurately placed as shown on the plans and shall be firmly and securely held in position in accordance with Concrete Reinforcing Steel Institute "Recommended Practice for Placing Reinforcing Bars ", and by using concrete or metal chairs, spacers, metal hangers, supporting wires and other approved devices of sufficient strength to resist crushing under full load. Metal chairs which extend to the surface of the concrete (except where shown on the plans) and wooden supports, shall not be used. Placing bars on layers of fresh concrete as the work progresses and adjusting bars during the placing of concrete will not be permitted. Before placing in the forms, all reinforcing steel shall be cleaned thoroughly of mortar, oil, dirt, loose mill scale, loose or thick rust, and coatings of any character that would destroy or reduce the bond. No concrete shall be deposited until the placing of the rein- forcing steel has been inspected and approved. 03 -17/27 3/83 03 -15.7 Splicing Splices of bars shall be made only where shown on the plans or as approved by the Engineer. Where bars are spliced, they shall be lapped at least 36 diameters, unless otherwise shown on the plans. Splicing shall be accomplished by placing the bars in contact with each other and wiring them togeth- er. Welding of reinforcing steel will not be permitted unless specifically authorized by the Engineer. 03 -15.8 Bending Reinforcement Bends and hooks in bars shall be made in the manner prescribed in the "Manual of Standard Practice" of the American Concrete Institute. Bars shall not be bent or straightened in a manner which will injure the material. Bars with kinks or unspecified bends shall not be used. 03 -15.9 Welded Wire Fabric Welded wire fabric shall be spliced not less than two meshes. It shall be lifted carefully into its specified position after the concrete is placed but still plastic. 03 -15.10 Placing Concrete, General Concrete shall be conveyed, deposited and consoli- dated by any method which will preclude the segrega- tion or loss of ingredients. Chutes used in conveying concrete shall be sloped to permit concrete of the consistency required to flow without segregation. Where necessary to prevent segregation, chutes shall be provided with baffle boards or a reversed section at the outlet. Where a sequence for placing concrete is shown on the plans, no deviation will be permitted unless approved in writing by the Engineer. Before depositing concrete, all debris, spreaders, etc., shall be removed from the space to be occupied 03 -18/27 3/83 by the concrete and forms shall be thoroughly wet- ted. All free standing water shall be removed. Reinforcing steel and form shall be free of scale, oil film, hardened concrete. Formwork shall have specified coatings. Concrete shall be deposited as rapidly and as near as practicable in its final position, and shall not be caused to flow in a manner to permit or cause segregation. Runways shall be provided so that wheelbarrows or buggies containing concrete will not run over reinforcing steel or planks resting on steel. Just before placing new concrete on old con- crete in walls, a modified grout consisting of the same mix as the concrete minus one -half of the coarse aggregates shall be deposited to a depth of six (6) inches before placing the regular concrete mix. Concrete shall be worked and vibrated mechani- cally with suitable appliances until it closes snug- ly against all surfaces and is in perfect and com- plete contact with all embedded reinforcement and other metals. Horizontal construction joints shall have a slurry coating of 1 -part cement and 3 -parts of sand mixed with a solution of 1 -part "Acryl 60" to 3 -parts of water prior to placing modified 6 -inch mix noted above. This slurry shall be applied by pumping or other means to assure that about 1/2 -inch thick coating of the slurry shall cover the surface of the joint. The 6 -inch thick modified mix noted in the above paragraph shall follow not more than 60 min- utes later. "Acryl 60" shall be as manufactured by Standard Wall Products, Miami, Florida. 03 -15.11 Notification The Contractor shall give the Engineer written notice of at least 24 -hours in advance of placing concrete in any part of the work so that the Engi- neer may make final inspection of the preparations of the location fr such placing. No concrete shall be placed except in the presence of the Engineer. 03 -15.12 Construction Joints Construction joints shall be placed only in posi- tions approved by Engineer or as indicated on draw- ings. Exposed concrete face of construction joints shall be kept continuously wet from time of initial 03 -19/27 3/83 03 -15.13 Slabs 03 -15.14 Walls set until pouring of new concrete against it. The contact surface shall be thoroughly cleaned by chip- ping the entire surface not earlier than 8 days after the first pour or jet washing the surface, not less than 3 -1/2 nor more than 6 -1/2 hours after the concrete is placed, or by sandblasting. The joint surface shall consist of clean aggregate solidly embedded in the mortar matrix. All wash water shall be entirely removed from the surface. All construc- tion joints in waterbearing tanks, except joints above water level, shall have "waterstops" install- ed; also, any additional ones shown on drawings. All waterstop splices, joints, corners, or intersec- tions shall be welded. Watertight concrete is required for all submerged structures and waterbearing structures. Any cracks or imperfections developing at any point shall be repaired to the satisfaction of the Engineer. Where concrete construction is proposed to be ex- tended at a later date, the walls and floors shall be stubbed 24- inches. The contractor shall supply, and cast -in, screwed insert anchors with protective plugs in the face of the stub walls and floors. The contractor shall supply the Owner with the screw -in re -bar connectors, compatible with the insert anchor, for use when the construction is extended. Subgrade shall be in form as shown on drawings to receive slab concrete. Slabs shall be poured in one continuous operation between expansion joints. Walls shall be poured in horizontal layers not to exceed 18" thickness in such a manner that prevents segregation of constituents or accumulation of hard- ened concrete on the forms or metal reinforcement above the level of the concrete. Total height of any one pour shall not exceed 12'0 ". Free fall of concrete into wall forms shall not excess 4'0" with- out the use of pipes or tremies. Pipes and tremies shall be at least 6 inches in diameter. 03 -15.15 Depositing To avoid segregation, concrete shall be deposited as near to its final position as is practicable. The 03 -20/27 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 use of vibrators for extensive shifting of the mass of concrete will not be permitted. Concrete that has partially hardened, has been retempered, or is contaminated by foreign materials shall not be depo- sited in the structure. Concrete shall be placed in horizontal layers inso- far as practical. Placing shall start at the low point and proceed upgrade unless otherwise permitted by the Engineer. Concrete shall be placed in a con- tinuous operation between construction joints and shall be terminated with square ends and level tops unless otherwise shown on the plans. 03 -15.16 Consolidating Concrete shall be thoroughly consolidated in a man- ner that will encase the reinforcement and inserts, fill the forms, and produce a surface or even tex- ture free of rock pockets and excessive voids. Structural concrete shall be consolidated by means of high frequency internal vibrators of a type, size and number approved by the Engineer. The location, manner and duration of the application of the vibra- tors shall be such as to secure maximum consolida- tion of the concrete without separation of the mor- tar and coarse aggregate, and without causing water or cement paste to flush to the surface. Internal vibrators shall not be held against the forms or reinforcing steel. The number of vibrators employed shall be sufficient to consolidate the concrete within 15 minutes after it has been deposited in the forms. At least two vibrators in good operating conditions shall be available at the site of the structure in which more than 25 cubic yards of concrete is to be placed. Approved external vibrators for consolidating con- crete will be permitted when the concrete is not accessible to internal vibration. Forms and false - work shall be designed and constructed to resist displacement or damage from external vibration. 03 -15.17 Walkways Walkways and platforms shall be provided for person- nel and equipment at a level convenient for the con- crete placement and to permit the performance of all operations necessary for the completion of such work including finishing. 03 -21/27 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 03 -15.18 Placing Concrete Under Adverse Weather Conditions Concrete for structures shall not be placed on fro- zen ground nor shall it be mixed or placed while the atmospheric temperature is below 35 ° F, unless ade- quate means are employed to heat the aggregates and water, and satisfactory provisions have been made for protecting the work. Concrete slabs shall not be placed on frozen ground, nor shall concrete be mixed or placed when the at- mospheric temperature is below 35 ° F, or when condi- tions indicate that the temperature may fall to 35 ° F within 24 hours, except with the written permission of the Engineer and only after such precautionary measures for the protection of the pavement have been taken as he may direct. Concrete shall be effectively protected from freez- ing or frost for a period of five (5) days after placing. Concrete for structures shall not be mixed or placed while the atmospheric temperature is above 115 ° F un- less adequate means are employed to cool the aggre- gate and water and satisfactory provisions have been made for protecting the work. In any case, tempera- ture of the concrete as placed shall not exceed 90 ° F. nor be less than 50 ° F. Concrete placement shall be stopped when rainfall is sufficient to cause damage to the work. 03 -16 FINISHING TYPES 03 -16.1 General All finished or formed surfaces shall conform accu- rately to the shape, alignment, grades, and sections as shown on the drawings or prescribed by the Engi- neer. Surfaces shall be free from fins, bulges, ridges, offsets, honeycombing, or roughness of any kind, and shall present a finished, smooth, contin- uous hard surface. All sharp angles shall be round- ed or beveled. Any formed surface to be painted shall be free of any material that will be detrimen- tal to the paint. Defective work shall be treated as noted elsewhere in this specification. 03 -22/27 3/83 Surfaces not true to elevation or pitched to drain, where specified, loose or roughened surfaces, and high points as noted below shall be considered to be defective work and shall be removed and repaired as directed by the Engineer. Top edges of walls, if not otherwise shown on the drawings, shall be finished with a three - quarter inch (3/4 ") chamfer edger, the flanges of which shall be ground to a knife edge to produce as little a burr as possible. Remaining burrs on the lower side of the finished chamfer after the form is re- moved should be rubbed off and the surface left in a smooth, workmanlike condition. Refer to Section 03.16.7 for Schedule of Finishes. 03 -16.2 Class 1 - Steel Trowel Finish The surface shall be steel- troweled to a dense smooth finish to compact and seal the surface. Except where required to remove imperfections, a single -pass trowelling shall be applied. 03 -16-3 Class 2 - Broom Finish The concrete surface shall first be steel troweled as specified above and before final set, the surface shall be slightly roughened by means of a broom or a burlap mat. 03 -16.4 Class 3 - Ordinary Formed Surface As forms are removed, the Engineer shall inspect surface. Any poor joints, voids, honeycombs, . or rock pockets of a minor nature deeper than 1/4 inch shall be immediately repaired by cutting back to a full solid surface in a manner to form a key for grout. Voids shall be filled with nonshrink "Tho- rite" patching plaster applied according to the manufacturer's recommendations. All fins or other undesirable projections shall be chipped back on interior or exposed surfaces. Form nails, wires, or any metallic debris shall be removed or set below the surface and patched with nonshrink "Thorite" patching plaster. "Thorite" shall be as manufactur- ed by Standard Dry Wall Products, Miami, Florida, or approved equal. 03 -23/27 3/83 03 -16.5 Class 4 - Brush Coated for Formed Surfaces The concrete surface shall first receive the treat- ment as specified for Class 3 surface treatment. Immediately thereafter a brush coat of "Thoroseal" plus "Acryl 60" shall be applied to the surface at the rate of 2 pounds per square yard and worked into the minor voids. Overall effect shall be an even coating showing only brush marks. After one or two hours, depending on the ambient weather conditions, use a nylon brush with plain water to work out all brush marks. "Thoroseal" and "Acryl 60" shall be as manufactured by Standard Dry Wall Products, Miami, Florida, or approved equal. 03 -16.6 Class 5 - Plaster Coated Formed Sufaces The concrete surface shall first receive the treat- ment as specified for Class 3 surface treatment. Immediately thereafter the surface shall receive a finish coating of "Thoroseal" plaster mix applied by trowel and finished with a rubber Thoro float to a smooth even textured surface. The "Thoroseal" plas- ter mix shall be mixed with water and "Acryl 60" according to the manufacturer's instructions. The finish coat shall be a minimum of 1/8" in thickness with a lightly textured grain finish. Color shall be an off -white as selected by the Engineer. "Tho- roseal" and "Acryl 60" shall be as manufactured by Standard Dry Wall Products, Miami, Florida, or ap- proved equal. 03 -16.7 Schedule of Finishes Item Surface Finish Building Foundation Exterior, underground Crass 3 Building Foundation Exterior, above grade Class 4 Walkways Exterior Class 2 Surfaces not specifically mentioned shall receive Class 1 or Class 3 treatment as appropriate except where otherwise approved by the Engineer. 03 -24/27 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 03 -17 OPENINGS FOR INSTALLATION OF, AND PREPARATION FOR, OTHER WORK The Contractor's attention is directed to the fact that openings must be left in structures for the installation of mechanical equipment, piping and wiring and that certain mechanical and electrical appurtenances and foundation anchor bolts are to be embedded in concrete, and that some of such work is unavoidably omitted from the drawings. The Contractor shall examine all drawings to deter- mine the relation of concrete work with all other work, and shall attend to the following matters: Openings shall be left in floor and walls for ducts, flues, pipes, conduits, etc., required for mechani- cal, electrical, and plumbing installations. Open- ings not shown on the drawings or details shall be subject to approval by the Engineer. Any additional openings or changes in size or location of the open- ings shown on the, drawings, if deemed necessary by the Engineer, shall be provided by the Contractor in proper time to prevent unnecessary cutting of con- crete work, and no additional payment shall be made therefor. Wood, if used for pipe holes, shall be completely removed after the concrete has set. If metal is used, it shall be removed or cut off as directed by the Engineer. After piping is install- ed, concrete shall be filled in solid between the edge of the hole and the piping, leaving clearance, where necessary, for contraction and expansion. Inserts: The Contractor shall organize the setting and maintaining in all correct positions, all work required to be embedded in the concrete, and fur- nished and installed as specified under other sec- tions of these specifications, including anchor bolts, anchors, electrical conduits, wood inserts and nailing blocks, reglets, dovetail slots, pipe sleeves, thimbles, and other work as required. Wood inserts and nailing blocks that will be concealed shall be Wolmanized, or given two (2) coats of creo- sote oil before placing in forms. Pipes other than electrical, shall not be permitted in structural concrete, except where indicated on the drawings. Where required in slabs, piping shall be located in center thereof. 03 -25/27 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 03 -18 DEFECTIVE WORK If the defective work is judged by the Engineer to be major in character or concrete does not conform with lines shown on drawings, the Contractor will be required to replace the work or repair it in a man- ner satisfactory to the Engineer at the Contractor's expense. 03 -19 TESTS 03 -19.1 General Testing Laboratory fees will be at the expense of the Contractor. The Contractor shall cooperate and allow three (3) test cylinders to be taken for each day's pour of concrete or each 150 cubic yards. The inspection of the work and the certification of the Testing Laboratory or any other body shall not re- lieve the Contractor of obligation to fulfill his contract as specified, and defective work shall be replaced and unsuitable materials may be rejected, notwithstanding that such defective work or unsuit- able materials may have been overlooked by the Engi- neer and the Testing Laboratory. 03 -19.2 Aggregates Aggregates shall be tested before the concrete mix is established and, whenever the source of an aggre- gate is changed for testing, a 10 pound sample of fine aggregate and a 10 pound sample of each average quality and grading of the aggregate in question, shall be delivered to the Testing Laboratory in suf- ficient time to avoid delay in the work. 03 -19.3 Cylinders One set of three (3) test cylinders shall be made for each day's pour of 150 cubic yards or less of each class of concrete. All testing shall be in accordance to ASTM lastest revisions thereof. Cylinders shall be numbered and dated and the point from which the sample was taken noted. The Contrac- tor will supply the molds. The Engineer will take samples in accordance with Method for Compression Test Specimens, ASTM C- 31 -62T, store sample for 24- hours, and deliver them to the Testing Laborabory. Tests will be made at 7 day and 28 day age, in accordance with ASTM C- 39 -64. 03 -26/27 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 03 -19.4 Strength Should the strength of the concrete, as shown by the test specimens, fall below the specified value, the Engineer shall have the right to require additional curing of those portions of the structure represent- ed by control specimens which failed to show the re- quired strength. In the event that such additional curing does not give the strength required, the Engineer shall have the right to require strengthen- ing or replacement of those portions of the struc- ture which fail to develop the required strength. All extra work done as a result of any low strengths of the control specimens shall be performed at the expense of the Contractor. 03 -20 CLEANING All slabs shall be swept clean and washed prior to delivery of the completed project to the Owner. 03 -21 MEASUREMENT AND PAYMENT No separate payment for work performed under this Item. Include cost of same in Contract prices bid for item of which this work is a component part. 03 -27/27 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 04 - PIPING 04 -01 GENERAL 04 -01.1 Work Included All labor and materials to complete all work as shown on the Drawings or specified. 04 -01.2 Care of Pipe Coating and Lining Pipe shall be so handled that the coating or lining will not be damaged. If, however, any part of the coating or lining is damaged, the pipe shall be subject to rejection. 04 -01.3 General Requirements for Alignment and Grade The pipe shall be laid and maintained to the re- quired lines and grades with fittings and valves at the required locations; spigots centered in bells; and all valve stems plumb. The inside of the pipe wall at the bottom of the installed pipe shall slope continuously in the direction indicated and shall be located on the invert elevations indicated within 0.01 foot for gravity piping and within 0.03 foot for all other piping. 04 -01.4 Deviations Occasioned by Other Structures Wherever obstructions not shown on the Plans are encountered during the progress of the work and interfere to such an extent that an alteration in the Plans is required, the Engineer shall have the authority to change the Plans and order a deviation from the line and grade, or arrange with the owners of the structures for the removal, relocation, or reconstruction of the obstructions. If the change in Plans results in a change in the amount of work by the Contractor, such altered work shall be done on the basis of payment to the Contractor for extra work under the requirements of the General Condi- tions, or credit to the Owner for less work. No deviations shall be made from the line and grade without the written consent of the Engineer. 04 -1/13 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 04 -01.5 Excavation for Piping Excavation for piping shall be in accordance with the applicable requirements of Section 02 herein. 04 -01.6 Interruption of Service No drainage channel storm sewer, or other utility shall be put out of service without written appro- val of the Engineer and /or Owner. 04 -01.7 Shop Drawings The Contractor shall submit and obtain approval of shop and material details of pipe and fittings be- fore the materials are manufactured. See Section 16, herein for items requiring approval. 04 -01.8 Threads American Standard Pipe thread shall be used for I.P.S. threaded work. No screwed pipe joints shall be caulked or screwed up with rope or packing of any kind. Burrs formed by cutting tools shall be reamed out and, before installation, each section of pipe shall be examined to see that it is clean and clear. Pipes shall be free from tool marks. When erecting plated, polished, or soft -metal pip- ing, friction wrenches shall be used exclusively. In "marking up" screwed joints, Crane or Key White thread lubricant shall be used and applied to male threads only. 04 -01.9 Supports and Anchors Pipe supports, unless otherwise shown on the Draw- ings, shall be provided at the base of all risers, at intervals not to exceed 5 feet on all runs of pipe 2 inches and smaller in diameter. Pipe run in groups shall be spaced equally and kept parallel throughout the length of the run. Pipe abutting walls or ceilings shall be supported by Unistrut P1000 channels, Figure 650 pipe clamps and hanger rods if necessary. For pipe over 2 inches, hangers shall be Grinnel Company No. 260. For pipe 2 inches and less, hangers shall be Grin - nel Company No. 97. All items shall be galvaniz- ed. 04 -2/13 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 04 -02 MATERIALS Pipe supports shall be Grinnel Company No. 264, complete with proper size extension pipe and floor flange. Expansion bolts and inserts driven into concrete slabs for pipe hangers shall be installed without injury to the structure. Anchorage shall be provided for fittings where there is danger of pulling joint when under pres- sure. 04 -02.1 General Piping material shall be as herein specified unless otherwise shown on the Plans. Standard Specifica- tion designations shall be the latest published designations. Coatings shall be specified in Sec- tion 10. 04 -02.2 Asbestos - Cement Pipe (ACP) Shall conform to AWWA C -400 and shall be a minimum of Class 200. 04 -02.3 Steel Pipe Pipe 6 inches in diameter and smaller shall be designated black steel pipe (SS), galvanized steel pipe (GS), and Schedule 80 seamless steel pipe (Sch 80 Seamless) and shall be manufactured in accor- dance with ASTM A -120. The minimum class pipe shall not be less than Schedule 40. Fittings shall be 150 pounds and threaded, unless otherwise shown on the Drawings. Unions larger than 2 -1/2 inches shall be standard flanged unions. Welded fittings shall conform to ASTM A -234 with a wall thickness equal to, or greater than the pipe wall. Mitered fittings shall conform to AWWA C -208. Flanges shall be ASA -150. Welding shall be in accordance with AWWA C -206. Pipe larger than 6 inches shall be designated STL and shall be manufactured in accordance with AWWA C -201 or 202. Fittings shall be steel welded fit- tings ASTM A -234 with a wall thickness equal to or greater than the pipe wall. Mitered fittings shall 04 -3/13 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 conform to AWWA C -208. Flanges shall be in accordance with AWWA C -207, hub type. Welding shall be in accordance with AWWA C -206. Pipe 8 to 12 inches shall be Schedule 40; 14 to 28 inches shall be Schedule 10; and 30 inches and larger shall have a wall thickness of 5/16 inch (0.312 "). 04 -02.4 Ductile Iron Pipe (DIP) Pipe shall be centrifugally cast ductile iron with the pipe barrel meeting all quality requirements of AWWA Specification C -151. Ductile iron pipe shall have a bituminous coating inside and outside, in accordance with AWWA C -104 standard thickness. Fittings shall be the same as specified for cast iron pipe. The class of the pipe shall be desig- nated on the Drawings and in no case less than Class 50. 04 -02.5 Cast Iron Soil Pipe (CISP) Shall conform to ASTM A -74 and to ASA A -40.1. They shall be extra heavy weight and shall be coated with coal, tar, pitch, or varnish. Fittings shall conform to ASA B -16. Joints in cast iron hub- and - spigot soil pipe shall be of lead and picked oakum. Not less than one and one -half (1 -1/2) inches of lead room shall be left after caulking with oakum, and this space shall run full with lead in one pouring. After cooling, the lead shall be tightly caulked in the joints. All dirt and dust shall be removed from the hubs and spigots before jointing. Lead shall be poured so that after caulking it will finish flush with the hub. At least two (2) ounces of pure soft pig lead for each joint to each inch diameter of the pipe shall be used. Caulder couplings or rubber sleeves with stainless steel bands shall be used with plain -end pipe. 04 -02.6 Copper Pipe (CU) Shall be ASTM B- 88 -51, Type L. Pipe 1/2 inch in diameter and larger shall be "hard- drawn" and smaller than 1/2 inch shall be annealed. Fittings 1/2 inch and larger shall be streamline solder- 04 -4/13 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 joint fittings and smaller than 1/2 inch shall be flared. Connections to other piping, tanks, and pumps shall be made with dielectric unions. In "making up" joints in copper tubing lines, only torches for that purpose may be used. Common blow torches will not be permitted. 04 -02.7 Polyvinyl Chloride Pipe (PVC) Polyvinyl chloride pipe for chlorine solution shall conform to Commercial Standard CS207 -60, Type 1, with a minimum wall thickness corresponding to Schedule 40 unless otherwise shown on the Drawings. Jointing shall be in accordance with the manufac- turer's recommendations. For buried water pipe, where approved by the Engineer, polyvinyl chloride pipe meeting the requirements of ASTM 1784 -601 and ASTM D- 2241 -64T may be used. Threaded pipe shall be Schedule 80 pipe. The minimum class pipe shall be Schedule 40. 04 -02.8 Polyethylene Pipe (PE) Water laterals or service connections shall be con- structed of copper tube standard ultra -high molecu- lar weight high density polyethylene plastic pipe, meeting or exceeding PE 3306 of Commercial Standard 255 -63 and has NSF approval; or Polybutylene plas- tic pipe which shall meet or exceed ASTM D -2666 and has NSF approval. 04 -02.9 Corrugated Plastic Pipe (Perforated) Corrugated plastic pipe shall be light- weight poly- ethylene construction and conform to Commercial Standards CS228 -61. The pipe shall have 1/2 inch perforations, 6 holes per foot. The pipe shall be Channel Flow Type as manufactured by Rancor, Inc., Findlay, Ohio. 04 -02.10 Flexible Couplings (FC) Shall be sleeve -type, with the stop removed in the middle ring. Couplings located underground shall be Smith -Blair 431 for the sizes provided therein. Otherwise, underground couplings shall be Smith - Blair 411 or Dresser Style 38 with a fusion epoxy coating. Above ground couplings shall be Smith - Blair 411 or Dress Style 38. 04 -5/13 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 04 -02.11 Flanged Coupling Adapters (FCA) Flanged coupling adapters, with anchor studs and /or harnesses as indicated on the Drawings, shall be Smith -Blair 912 or Christy Metal Products, Inc., Type 2011 for nominal diameters from 3 to 12 inch- es. For diameters greater than 12 inches, adapters Anchorage across flexible coupling with bent rods will not be permitted. 04 -02.12 Gaskets All gasket material shall be Crane's "Cranite" 1/16 inch asbestos sheet packing. Gaskets shall be coated with thread lubricant when being installed. Flange bolts shall conform to ASTM A -307. 04 -02.13 Concrete Steel Cylinder (CSC) Concrete steel cylinder pipe shall conform to A.W.W.A. C -301. 04 -03 PLUMBING 04 -03.1 General The Contractor shall furnish and install all pip- ing, valves, fittings, and accessories to provide a complete plumbing installation as shown on the Plans and as specified. All materials shall be new and undamaged, and shall conform to the Specifica- tions and to applicable codes. • 04 -03.2 Rules and Regulations All work and materials shall be in full accordance with the latest rules and regulations of the National Fire Prevention Association and the State Fire Marshal; the safety orders of the State Divi- sion of Industrial Safety; the National Electric Code; the Uniform Plumbing Code, published by the Western Plumbing Officials Association; and other applicable local or state laws or regulations. Nothing in the Drawings or Specifications is to be construed to permit work not conforming to these codes. When the Specifications call for materials or con- struction of a better quality or larger sizes than required by the above mentioned rules and regula- tions, the provisions of these Specifications shall 04 -6/13 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 take precedence over the requirements of the said rules and regulations. The Contractor shall furnish, without any extra charge, any additional material and labor when re- quired by the compliance with these rules and regu- lations, though the work be not mentioned in these particular Specifications or shown on the Draw- ings. Spaces are provided in the design for the construc- tion of the building to install the plumbing work and the Contractor shall keep all pipe within the furring lines established on the Drawings, unless pipes are shown exposed. All pipes shall be run in the approximate locations shown and shall be of sizes given on the Drawings. Unless otherwise shown, pipelines shall be run parallel to, or at right angles to, the structure. Piping must be offset wherever necessary to obtain head room. In all cases, pipelines shall be in- stalled to conform to the actual conditions found in the building such as offsetting to clear struc- tural members, etc. Holes for pipes through walls, domes, or ceiling shall be lined with 24 -gauge galvanized steel sleeves with one -half inch (1/2 ") flanges each end. Where all posed pipes pass through walls, ceilings, or floors, they shall be fitted (in lavatory and chlorine rooms) with chrome - plated plates. Plates must be securely held in position, allowing enough clearance to care for expansion. Pipes through the roof shall be flashed and made watertight using SEMCO 6 pound seamless lead flash- ing with six inch (6 ") skirt- and -caulk type counter flashing sleeve. Wherever changes in sizes of piping occur, the changes shall be made with reducing fittings, as the use of bushings will not, in general, be per- mitted. Eccentric reducing fittings shall be used wherever necessary to provide free drainage of lines. All "horizontal" drainpipes within the building shall have a minimum of one - quarter -inch (1/4 ") pitch per foot, unless other marked or required to obtain the indicated inverts. 04 -7/13 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Cleanouts shall be installed where required or where indicated on Drawings. No cleanouts or valves shall be installed in inaccessible places. Where valves, traps, or cleanouts are installed in furred ceilings or walls, the Contractor shall fur- nish and install access plates and frames in the furring. The Contractor shall thoroughly clean all plumbing fixtures and trim free from rust, dirt, etc., be- fore any covering or painting is done or the system put in readiness for final inspection. The Contractor shall protect all vitreous - finished surfaces of fixtures with heavy paper plaster here- on, or by other means, throughout the period of construction. The piping system shall be flushed out until it is thoroughly clean in the judgement of the Engineer. All openings into pipes shall be effectively capped to keep foreign matter out while under construc- tion. After the completion of all work, all resulting debris shall be removed to leave the entire work in a complete and undamaged condition and the system adjusted to proper operation. 04 -03.3 Materials Fixtures: Fixtures are specified on the Plans. Floor Drains and Traps: Floor drains shall be cast iron as manufactured by number as shown on the Drawings. Traps shall be cast iron and shall be installed as near as possible to the unit which they service. Dielectric Fittings: Shall be provided wherever dissimilar metals are connected. 04 -04 INSTALLATION OF PRESSURE LINES 04 -04.1 General All pipe and fittings shall be carefully examined for defects and no piece shall be installed which is shown to be defective. Special care shall be 04 -8/13 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 taken to avoid leaving bits of wood, dirt, and foreign particles in the pipe. Every precaution shall be taken to prevent foreign material from entering the pipe while it is being placed in the line. If the pipe laying crew cannot place the pipe in the trench without getting earth into it, the Engineer may require that, before low- ering the pipe into the trench, a heavy, tightly woven canvas bag of suitable size shall be placed over each end and left there until the connection is to be made to the adjacent pipe. During laying operations, no debris, tools, clothing, or other materials shall be placed in the pipe. At times when pipelaying is not in progress, the open ends of pipe shall be closed by a watertight plug or other means approved by the Engineer. Pipe shall be laid with the bell ends or coupling ends facing in the direction of the laying unless directed otherwise by the Engineer or specifically indicated on the Drawings. All pipe shall be carefully placed and supported at the proper line and grade, and shall be sloped to permit drainage. Minor adjustment may be necessary to avoid architectural and structural features. Major relocations shall be approved by the Engi- neer. Minimum earth cover shall be 30 inches, un- less otherwise shown on the Drawings. Sufficient screw unions, flanges joints, or flex- ible couplings shall be used to allow the conven- ient removal of any run of pipe without removing adjacent runs or equipment. Where practicable, make -up joints have been indicated on the Drawings; however, omission of these joints from the Drawings does not excuse the Contractor from their installa- tion. Whenever a pipe larger than 3 inches in dia- meter is cast or grouted in place and passes from concrete to earth, a flexible coupling must be used on the earth side. Bare metal pipe passing from concrete to earth shall be wrapped with Scotch Wrap 50 for 3 inches each side of the concrete face on the earth side. Air piping from the air supply (compressor and receiver) to electric solenoid air control valve shall be galvanized iron pipe per Section 04 -02.3. 04 -9/13 3/83 1 1 1 1 1 1 r 1 1 1 1 1 1 1 1 1 1 1 1 Air piping from the electric solenoid air control valve to the pneumatic valve shall be copper pipe per Section 04 -02.7. Size of copper pipe per valve manufacturer's recommendations. 04 -05 INSTALLATION OF GRAVITY LINES Wherever possible, the Contractor shall avoid the distribution of pipe to the trench site too far in advance of the laying operations. The Contractor shall exercise care in the unloading of the pipe so as to avoid damage caused by the unloading opera- tions. Immediately preceding the laying of a length of sewer pipe, it shall be visually checked for dam- age, defects, and to ensure that the inside of the pipe is clean and free from debris. Both bell and spigot shall be clean before the joint is made, and care shall be taken that nothing but the joint- making material enters the joint. If water is encountered in the trench, it shall be kept below the bottom of the bell of the pipe. Should the water, through neglect or otherwise, rise in the trench before the jointing operation is completed, the anular space in all pipe so affected shall be freed of all water and foreign matter and thoroughly cleaned before completing the jointing operation. When pipe laying is not in progress, the forward end of the pipe shall be kept effectively closed with an approved temporary barricade. 04 -06 CLEANING, TESTING AND DISINFECTION 04 -06.1 General Pressure and gravity lines shall be cleaned of all foreign matter and tested in the presence and to the satisfaction of the Engineer. Leakage shall be corrected or, in the case of the sewer lines, shall be brought within the allowable limit at the Con- tractor's expense. The Contractor shall furnish the necessary pumps, labor, equipment, and materials, and shall assist the Engineer in making tests of the completed sys- tem before the system is placed in operation or connected to other lines. 04 -10/13 3/83 1 1 1 1 1 1 v 1 1 1 1 1 1 1 1 1 1 1 04 -06.2 Cleaning The gravity and pressure lines shall be flushed clean prior to testing or disinfection. 04 -06.3 Disinfection Potable water systems shall be disinfected in ac- cordance with AWWA C -601 "Procedure for Disinfect- ing Water Mains ". 04 -06.4 Testing 04- 06.4.1 Pressure Lines (Except Perforated Pipe) Each section of the pipe to be tested shall be slowly filled with water, and all air shall be expelled from the pipe. The release of the air can be accomplished by opening valves and service line cocks at the high points of the system and at all dead ends. The valves controlling the admission of water into the section of pipe to be tested should be opened wide before shutting high point valves and cocks. After the system has been filled with water and air expelled, all the valves controlling the section to be tested shall be closed, and the line be allowed to set for a period of not less than 24 hours. The system shall then be tested for a period of one (1) hour at a hydrostatic pressure of 150 psi or 1.5 times the maximum operating pres- sure. There shall be no leakage for an all- welded pipe- line or one joined with mechanical couplings. If defects are found or the line does not meet the allowable leakage rate, the Contractor shall locate the leaks, make the necessary repairs at his own expense, backfill, and repeat the pressure and leakage tests in the presence of the Engineer as specified above. No pipeline section shall be ac- cepted until the leakage is within the specified allowance. 04- 06.4.2 Air and Gas Piping Air and gas piping shall be tested for a period of four (4) hours at 100 psi or 1.5 times the operat- ing pressure, whichever is greater. There shall be no drop in pressure allowed. 04 -11/13 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 04- 06.4.3 Chlorine Solution Piping Chlorine solution piping shall be tested with air for a period of four (4) hours at a pressure of 100 psi. There shall be no leakage allowed. 04- 06.4.4 Gravity Lines No pressure test shall be required. 04 -06.5 Marking Tape Detectable mylar marking tape will be installed over all non - metallic pipe lines. Care will be taken to insure that the buried marking tape is mylar encased aluminum foil. Test data for the tape will be provided on request. 04 -07 PIPE INSULATION Where called for on the Plans for larger than 4 ". 04 -07.1 Insulation The insulation shall be pre - molded sectional ure thane pipe covering with an All Service Jacket (ASJ) manufactured by Southwest Insulators, Inc. or approved equal. Fittings shall be mitered sections of the same insulation material wrapped with glass - fab and sealed with a primer coat of Foster 30 -36 and finished with a final coat of Foster 60 -26. In lieu of mitered fittings, fittings can be wrapped with a fiberglass wrap and finished with a pre - molded PVC fitting cover and sealed with a coat of Foster 60 -26. 04 -07.2 Outside Piping All outside insulation piping shall be finished with 15 lb. roofing felt staped on 2" centers with all longitudinal and butt seams overlapping a mini- mum of 2" and sealed with Foster 60 -26 weather- proofing. 36" Black Glass Fab may be substituted in lieu of 15 lb. roofing felt. 04 -07.3 Valves Valves and flanges shall be insulated with prefab- ricated urethane insulation covers as manufactured by Southwest Insulators, Inc. Covers shall be 04 -12/13 3/83 1 1 1 1 1 1 r 1 1 1 1 1 1 1 1 r 1 I 1 wired in place. All voids shall be made solid by pouring liquid urethane in the valve and flange covers. The covers shall be finished with black glass fab and sealed with a coat of Foster 60 -26 weatherproofing. 04 -08 MEASUREMENT AND PAYMENT No separate payment for work performed under this item. Include cost of same in Contract prices bid for item of which this work is a component part, or include in yard piping. 04 -13/13 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 05 - VALVES, GATES AND APPURTENANCES 05 -01 GENERAL 05 -01.1 Scope Work Included: The Contractor shall furnish and install the valves, valve boxes, stops, and gates as specified in their respective locations as de- lineated on the Drawings or as required for the proper functioning of each section of pipeline con- cerned. 05 -01.2 Standard Requirements In general, all valves 2 -1/2 inches and smaller in diameter shall be provided with screwed ends and all valves larger than 2 -1/2 inches in diameter shall have flanged or bell ends unless otherwise indicated on the Plans or in these Specifications. Flanges shall be dimensioned, faced, and drilled to the 125 -pound "American Standard" All mechanical joints shall conform to ASA Specifications A -10 and A -11 to fit the piping. The dimensions of the sockets of hub and gate valves shall conform to the dimensions for Class "D" special castings as re- quired by the AWWA Standard Specifications for cast iron pipe and special castings. All necessary caulking materials, gaskets, bolts, and nuts shall be provided. Valves shall be carefully installed in their re- spective positions, accessible for operation and repair. Unless specified in Drawings, valves shall be of the same sizes as the pipelines in which they are installed and stems shall not be installed pointing down. Valves shall be left in satisfac- tory operating condition, free from all distortion and strain. The valves or gates shall be connected to floor stands where required. All stem guides shall be accurately aligned and secured. Valves shall be supplied with suitable operating keys, levers, handwheels, or chain operators as re- quired. All valve operators shall turn in a counterclock- wise direction to open the valve. All valves located in the plant shall have graduat- ed dial for accurate metering. 05 -1/6 3/83 1 1 1 1 1 v 1 1 1 1 1 1 1 1 1 1 1 05 -01.3 Testing All valves shall be tested in place so far as prac- ticable under the conditions specified and any de- fects revealed in valves or connections under test shall be corrected. 05 -01.4 Protection and Painting Floor stands, hydraulic cylinders, valves, and gates shall be protected at all times, both before and after erection until the completion of the work, from rust or other damage. After installa- tion, all valves except bronze valves and those underground shall be painted in accordance with the painting requirements of the pipelines of which they are a part, and the same color as the pipe. Bright or rubbing parts shall not, however, be painted, but shall be protected with an approved lubricant. 05 -02 VALVES 05 -02.1 Gate Valves All double disc gate valves shall have their stems in a vertical position or designed for proper oper- ation in the positions shown on the Drawings and shall have the same clear internal diameter as the pipe on which they are placed. All double disc gate valves located above ground, or in building and pumping station, shall be out- side screw and yoke, operated with a handwheel or hydraulic cylinder. All double disc gate valves, 2 -1/2 inches and larg- er, located underground shall be nonrising stem equipped with square operating nut. Gate valves installed below ground shall be provided with valve boxes and removable covers. All gate valves 2 -1/2 inches in diameter and small- er shall be brass with rising stems, a double disc, and parallel seats, and for a working cold water pressure of 200 pounds and a saturated steam pres- sure of 125 pounds. These gate valves shall be screwed unless otherwise shown in Drawings and shall be Crane Valves No. 430 as manufactured by the Crane Company, San Francisco, California, or Stockham No. B -114 as manufactured by Stockham Company, Inc. 05 -2/6 3/83 1 1 1 1 1 1 1 1 1 1 i 1 1 1 1 1 1 Gate valves larger than 2 -1/2 inches shall be flanged, faced, and drilled, iron body, bronze - mounted, parallel seat, double disc, eccentric stem nut, bottom wedge type, outside screw, and yoke, operating with handwheel or hydraulic cylinder - or hub end, nonrising stem with square operating nut as required by location. These valves, 2 -1/2 inch- es and larger, shall conform to AWWA C -500 with "0" ring seal. Valves 14 inches and larger shall be equipped with bypasses to conform to AWWA C -500. 05 -02.2 Check Valves (Water Service) All check valves shall be of a type that will oper- ate in the position shown on the Drawings. Assur- ance must be given by the manufacturer that the check valves will function without slamming when operating in the locations and with the head condi- tions shown on the Drawings. Check valves that do not meet and perform to these requirements will be rejected. On lines 2 inches and under, check valves for water shall be Stockham Figure B -345, Kennedy No. 444, or Grove Chex -f to Model 61. On lines larger than 2 inches, check valves for water shall be Apco Silent Check or Clayton Valve No. 60P, 81B, 91 and 92L as manufactured by Cla -Val Company. 05 -02.3 Plug Valves Valves shall be of the non - lubricated, eccentric type with resilient faced plugs and screwed, flang- ed, or mechanical joint ends as shown on the Draw- ings. Bodies shall be semi -steel with raised seats. Seats in valves shall have a welded -in overlay of high nickel content on all surfaces con- tacting the plug face. Valves shall have perma- nently lubricated, stainless steel bearings in the upper and lower plug stem journals. All valves shall be of the bolted bonnet design. All 4 -inch and larger valves shall be designed so that they can be repacked without removing the bonnet and the packing shall be adjustable. All exposed nuts, bolts, springs, and washers shall be zinc plated. Flanged valves shall be faced and drilled to ANSI 125 /150 -pound standard. Flanges of valves through 12 -inch shall have face -to -face dimensions of stan- dard gate valves. 05 -3/6 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Manual valves shall have lever or gear actuators and tee wrenches, extension stems, floor stands, etc., as indicated on the Drawings. All valves 8 inches and larger shall be equipped with gear actu- ators. All gearing shall be enclosed in a semi - steel housing and be suitable for running in a lub- ricant with seals provided on all shafts to prevent entry of dirt and water into the actuator. The actuator shaft and the quadrant shall be supported on permanently lubricated bronze bearings. Actua- tors shall clearly indicate valve position and an adjustable stop shall be provided to set closing torque. All exposed nuts, bolts, and washers shall be zinc plated. Valves and gear actuators for buried or submerged service shall have seals on all shafts and gaskets on the valve and actuator covers to prevent the entry of water. Actuator mounting brackets for buried or submerged service shall be totally en- closed and shall have gasket seals. All exposed nuts, bolts, springs and washers shall be stainless steel. 05 -02.4 Hose Valves (Hose Bib) Hose valves shall be 3/4 inch in size and shall be rough brass and bronze composition disc Crane No. 58, or equal. 05 -02.5 Globe and Angle Valves Globe and angle valves, bronze with threaded ends, composition disc, and for a working pressure of 200 pounds cold water. The design of the valves shall be such that the area of the port opening, when valve is wide open, is not less than the area of the pipe in which the valve is installed. The valves shall be as manufactured by the Crane Com- pany, San Francisco, California, or equal. 05 -02.6 Chlorine Valves Valves for dry chlorine gas service shall be ball valves rated for 300 pounds, carbon steel body in accordance with ASTM A -105, screwed -end connection, monel ball and stem, teflon seating, and seals per Chlorine Institute Pamphlet No. 6. Valves shall be as manufactured by WKM Division of ACF Industries or the Jamesbury Corporation, or equal. 05 -4/6 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Valves for chlorine solution shall be thermoplastic ball valves, true union design of PVC material with teflon seats and viton seals as manufactured by Cabot Piping Systems or Grinnel- Saunders diaphram valves as supplied by the Grinnel Company, or equal. 05 -02.7 Air Line Valves Air line shut off valves at each distribution air line shall be DeZurile eccentric plug valves with resilient face, series 100 or WKM ball valves. At the centrifugal blowers, valves shall be Hoffman butterfly valves, flanged. Check valves at the blowers shall be Hoffman flanger, discharge check valves, or equal. 05 -02.8 Pressure Relief Valve The pressure relief valve located on the effluent discharge header shall be a six (6) inch Clayton Model 50 or Clayton Model 50A, as noted on Plans, as manufactured by Cla -Val Company, Newport Beach, California, or equal. 05 -02.9 Butterfly Valves Butterfly Valves shall conform to requirements of AWWA C -504 and shall be Dezurik, or equal, with cast iron body and a moulded rubber seat, recess mounted. Valve operation shall be capable of holding the valve in any position between open and closed with- out creeping or fluttering. Buried valves shall have sealed grease packed gear- operating nut with suitable stem extension to within one foot of the ground surface and tee wrench. Interior valves shall be equipped with gear units and handwheels. Pneumatic operators shall be supplied per the valve manufacturer's recommendations. 05 -02.10 Valve Boxes Valve boxes shall be furnished and installed on all buried valves. Boxes shall be either cast iron or precast concrete as shown on the Plans. Cast iron valve boxes shall be firmly supported, centered, and plumb over the operating nut and up- per portion of the valve with the valve box cover 05 -5/6 3/83 1 1 1 r 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 flush with the finished grade. Cast iron valve boxes shall be Iowa F -2450 or Mueller H -10360 with extension pieces as required. The concrete box and extension shall be firmly sup- ported, centered, and plumb over the valve. The box and extensions shall be a Model 3RT as manufac- tured by Brooks Products, or equal. Valve boxes located in unprotected areas shall be equipped with a 3 inch thick foam insulation layer attached to the underwise of the valve cover. The insulation material shall be approved by the Engi- neer. 05 -02.11 Backflow Preventer The backflow preventer valve assembly shall be the pipe size and at location as shown on the Plans, Clayton Model D -2 as manufactured by Cla -Val Com- pany, or approved equal. 05 -02.12 Pressure Regulator The pressure regulating valve shall be a pressure reducing valve the pipe size and at the location as shown on the Plans, Clayton 90G -01 series, set for 100 psi delivery pressure, as manufactured by Cla- Val Company or approved equal. 05 -02.13 Pneumatic Operators Cylinders shall be suitable for operation with min- imum 50 psi, pneumatic supply. Piston rods shall be chrome plated. Cylinder pivots shall have bear- ings. All cylinder actuators shall be provided with stationary supply connections and flexible cylinder supply lines to allow rigid supply piping to the valve. Valves shall be furnished complete cylinder and 4 -way solenoid. Solenoid shall be 120/60/1 a.c., NEMA IV, and shall include speed control and manual override. All valves and actuators shall be FIG 632 as manu- factured by DeZurik, or approved equal. 05 -03 MEASUREMENT AND PAYMENT No separate payment for work performed under this Item. Include cost of same in Contract prices bid for item of which this work is a component part, or include in yard piping. 05 -6/6 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 06 - ELECTRICAL 06 -01 SCOPE The work covered by this section of the Specifica- tions consists of furnishing all labor, equipment, supplies, and materials, including cutting, channel- ing, and chasing, necessary for the installation of a complete system for power and lighting and other systems as indicated, electrical service connections and electrical equipment, in strict accordance with this section of the Specifications and the applic- able drawings, and subject to the terms and condi- tions of the Contract. 06 -02 APPLICABLE SPECIFICATIONS AND STANDARDS The following Specifications and standards shall form a part of these Specifications: National Board of Fire Underwriters, National Electric Code (Current Edition) Underwriter's Laboratories, Inc. (Standards) 06 -03 GENERAL CONDITIONS The electrical division of the work is a part of the general contract, and the general conditions, in- cluding and supplementary general conditions, which precede the main body of the Specifications and shall govern all materials and labor to be furnished under this section of the Specifications and all procedures. 06 -04 PLANS AND SPECIFICATIONS The Specifications are accompanied by Plans showing the location of all outlets and the details of the proposed electrical installation. The Drawings and these Specifications are complimentary, each to the other and what is called for by one shall be as binding as if called for by both. The Contractor shall, upon completion of the electrical installa- tion, provide the Engineer with drawings and details of electrical work that differs from the Contract Documents. In case of conflict in the Drawings and the Specifications, the one requiring the larger capacity or better quality shall govern. All equip- ment requiring electrical power, specified under 06 -1 /10 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 this or other sections of the Specifications or Drawings shall be connected complete. The Contrac- tor's electrician shall notify the building manufac- turer of any additional frame work necessary to sup- port the control panels per the Drawings and Speci- fications. 06 -05 CODES, PERMITS AND INSPECTIONS The installation shall comply with all local and state laws applying to electrical installation, and with the regulations of the latest issue of the National Electrical Code, where such regulations do not conflict with the laws and local ordinances now in effect. These regulations shall be considered as minimum requirements. The Drawings show the instal- lation as it shall be installed with the minimum re- quirements of the codes above as a base, and all cost incident thereto shall be included in the Con- tractor's Bid. The Contractor shall obtain all per- mits and licenses required by the local ordinances and shall include the costs of all such permits, re- quired for this installation in his bid. Upon com- pletion of the work, the Contractor shall furnish the Engineer a certificate of final inspection and approval from the appropriate local inspection au- thority. 06 -06 PROGRESS AND GUARANTEE The Contractor shall coordinate the progress of the electrical work with the progress of the work of the other trades on the job, and shall complete the electrical installation as soon as the condition of the building will permit. The Contractor shall leave the entire electrical installation in proper working order and shall, without additional charge, replace any work or material which develops defects, except from ordinary wear and tear, within one (1) year from the date of the Owner's acceptance of the building. 06 -07 CUTTING: REPAIRING The Contractor shall do all cutting, channeling, patching, etc., incidental to the electrical work. He shall arrange with the General Contractor for all necessary work openings or chases. 06 -2/10 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 06 -08 BASIC MATERIALS AND METHODS All materials shall be new and shall conform with the standards of Underwriter's Laboratories, Inc. in every case where such a standard has been establish- ed for the particular type of material in question. All work shall present a neat and mechanical appear- ance when complete and shall be executed in a work- manlike. manner. In all cases the work shall be done to the satisfaction of the Engineer. 06 -09 CONDUIT SYSTEM All above ground wiring installed on the project shall be run in an enclosed system of conduit unless specifically provided or necessitated otherwise by the conditions of the installation. Unless provided otherwise, all conduit shall be galvanized, heavy - wall, rigid metallic with fittings of corresponding quality and design as manufactured by Triangle, Nat- ional Electric or approved equal of sufficient size to meet code requirements for the conductors to be installed, but in no case smaller than 1/2 ". The conduit system shall be arranged and installed in such manner as to give the facility the utmost de- gree of reliability and maintenance -free operation. The conduit shall have an appearance of having been constructed by competent workmen. Kinked conduit, conduit inadequately protected or swabbed, careless- ly threaded and joined do not give such reliability and maintenance -free operation and will not be ac- cepted. All conduit runs shall be exposed on walls and underside of roof slabs, unless indicated otherwise. All conduit runs shall be made parallel or at right angles to the building lines. All conduit ends shall be reamed out after threading and kept corked and dry during construction. All conduit shall be swabbed out before the wires are pulled in and no lubricant shall be used except powdered soapstone. Bends in rigid conduit shall be made with an approv- ed bending device unless factory bends are called for. Pipe sleeves of min. #22 gauge galvanized steel shall be installed for all conduit that pass through concrete floors or walls. The sleeve shall be properly secured in place with approximately 1/4" space between each sleeve and the surface of the pipe. Where conduits enter the building underground from outside, I.P.S. wrought iron sleeves shall be 06 -3/10 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 used. The space between the sleeves and the conduit shall be caulked with a suitable plastic expandible compound that will prevent the entrance of moisture. All conduit shall be equipped with double locknuts and steel body, plastic insulating bushings where such conduit enter panelboards, pull- boxes, junction boxes, wireways and the like. All conduit that en- ter into equipment free of the metal cabinet work and also where indicated, shall be equipped with a grounding type insulated bushing. A copper ground- ing conductor shall be bonded to the cabinet frame- work and to the grounding lug of the insulated bush- ing. Conduit shall enter all panelboards, pull - boxes, junction boxes, outlet boxes and the like straight and true. Conduit installed cocked or not plumb will not be accepted and work so installed shall be replaced by the Contractor. Neoprene jacketed metallic - flexible conduit shall be used to extend conduit connections to all motors and other comparable pieces of equipment or as indicated on the Drawings. The length of flexible connection shall not be less than 24 inches. All underground wiring will be placed in direct bur- ial PVC rigid conduit using an approved grounding conductor installed in accordance with the recommen- dations of the manufacturer. A 2" thick cap of 1500 psi concrete will be poured over the underground conduit. The top of the concrete cap will have 24" of cover. 06 -10 CONDUCTOR A complete system of conductors shall be installed in the raceway systems. Conductors, unless other- wise indicated, shall be thermoplastic - insulated type TW. Home runs may be combined in one conduit, provided all connections are in accordance with National Electrical Code requirements and the maxi- mum unbalanced current in the neutral does not ex- ceed the capacity of the conductor. All conductors to be copper. 06 -11 ELECTRICAL SERVICE SYSTEM The primary and secondary lighting and power service will be as indicated on the Drawings. The Electri- cal Contractor shall furnish and install the service 06 -4/10 3/83 and the service equipment as shown on the Drawings. The Electrical Contractor shall furnish and install all enclosed safety switches complete with the fuses where shown on the Drawings. Items installed out- side shall be "raintite ". 06 -12 GROUNDING SYSTEM The conduit systems and neutral conductor of the wiring system shall be grounded. The ground connec- tion of the electrical system neutral and conduit system shall be made at the main service switch. A bard copper ground conductor, sized in accordance with the National Electrical Code shall be provided. Secondary equipment in isolated locations shall be effectively bounded and permanently grounded. The ground shall serve for both the electric and equip- ment when applicable. 06 -13 TEMPORARY POWER Temporary power shall be provided by the Contractor. 06 -14 ELECTRICAL DISTRIBUTION SYSTEM Outlets shall be installed in the locations shown on the Drawings. The Contractor shall study the con- struction plans in relation to the spaces surround- ing each outlet in order that his work may fit other work required by these Specifications. When neces- sary, the Contractor shall relocate outlets so that, when fixtures or other fittings are installed,' they will not interfere with other work or equipment. Zinc - coated or cadmium plated sheet steel boxes shall be used unless otherwise specifically noted or required. Boxes shall be installed in rigid and satisfactory manner. Switch, telephone and recep- tacle outlet boxes, except where otherwise specified or required, shall be steel 2- inches deep. Switch and receptacle boxes containing not more than one device and no splices or tape may be of the "Handy" or "Universal" type. Pull boxes shall be constructed of code -gage galva- nized sheet metal, of not less than the minimum size recommended by the National Electrical Code. Boxes shall be furnished with screw - fastened covers. 06 -5/10 3/83 06 -15 BRANCH CIRCUITS Branch - Circuit conductors shall not be smaller than No. 12 AWG, except that conductors for branch cir- cuits whose length from panel to center of load ex- ceeds 100 feet shall not be smaller than No. 10 AWG. Conductors for control circuits may be No. 14 AWG. Conductors shall be continuous from outlet to out- let, and no splices shall be made except within outlet or junction boxes. Junction boxes may be utilized where required. Wire connectors of insu- lating material or solderless pressure connectors, properly taped, shall be utilized for all splices in wiring where possible. Soldered joints insulated with tape shall be kept to a minimum. Vinyl plastic tape will be used where required. 06 -16 WIRING DEVICES (a) Duplex convenience receptacles shall be rated 20 amperes at 125 volts. Bases shall be constructed of gray pheonolic composition. Receptacles shall be both back and side wired. Mounting straps shall have plaster ears. Receptacles to be of the grounding type, specification grade. All receptacles shall have a separate ground wire from the grounding screw to a grounding stud in the outlet box. (b) Wall switches shall be of the silver contact "A" type. Switching mechanism shall be complete within itself and shall not depend on mounting straps as a functional part of the switching action. All switch- es shall be specification grade. Switches shall be AC rated for 20 amperes or as noted. Single pole and three -way switches shall be rated 125 volts and shall have an ampere rating for the connected lamp loads. No switches shall be located behind doors without specific written authorization by the Engineer. 06 -17 LIGHTING FIXTURES Light fixtures, complete with bulbs, shall be fur- nished and installed at the various locations as shown on the Plans by symbol or other appropriate notation and unless specifically provided otherwise, the respective types shall be as follows: 06 -6/10 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 06 -17.1 Outdoor Floodlights Outdoor floodlights shall be two -light and three - light cluster outdoor lighting fixtures with Par -38 lamps for installation on the building exterior in quantities and locations as shown on the Plans. 06 -17.2 Industrial Type, Guarded and Enclosed Fixtures Industrial type, guarded and enclosed fixtures for either outside or inside installations shall be "Crouse -Hinds Series VXH ", or equal, with appro- priate mounting brackets, boxes or other accessories adapted to the particular installation, which may be located on a ceiling, soffit, or sidewall, as indi- cated on the Plans. Fixture bulbs shall normally be 200 watt, unless noted otherwise. 06 -17.3 Interior Shallow Dome Reflector Lights Interior shallow dome reflector lights shall be "Benjamin Series H ", or equal, suitably adapted for the particular mounting condition. Such lights shall normally be 14" diameter with 200 watt bulbs, unless noted otherwise. 06 -18 LAMPS Lamps shall be furnished and installed by the Con- tractor. Incandescent lamps and fluorescent tubes shall be as manufactured by Westinghouse, G.E. or Sylvania. Flourescent tube color shall be cool white. 06 -19 OTHER SYSTEMS Other systems shall be as specifically indicated on the Drawings. All empty conduits shall be provided with #9 iron pull wire. 06 -20 ELECTRICAL POWER EQUIPMENT 06 -20.1 Control Equipment The Contractor shall furnish and install all motor starter and electrical control equipment as noted on the Drawings. All starters furnished shall be of the same make. 06 -7/10 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 06 -20.2 Control Wiring The Contractor shall furnish and install all wir- ing. All control wiring shall be tagged in each box and at each termination. The controls shown on the Drawings are for the convenience of the Contractor and may not be complete in all details for the equipment selected for installation. The Contractor shall coordinate all work and equipment installation to insure that all components of electrical control system will perform their intended function. All control wiring shall be installed in strict ac- cordance with this and other paragraphs of the elec- trical specification. Motor Disconnect Means: Each motor not within sight of disconnect switch or not within 2rTeet of dis- connect switch shall be provided with a disconnect- ing means even though not indicated on the Drawings. A switch with bus fuse holders and fusetrons (sized according to actual motor rating) shall be provided at each motor (each underground conductor shall be fused). Switches of 30 to 400 ampere capacity shall be of the enclosed, quickmake and quick -break type, housepower rated. Switches shall disconnect all ungrounded conductors. Lightnin Arresters and Surge Capacitors shall be furnished-on the secondary service of each project. Lightning arresters shall be Thyrite type, G.E. 9L15BCC003 or approved equal suitable for the parti- cular installation. Lightning arresters and surge capacitors shall also be provided on motor feeders of motors 50 B.P. or greater. Transformers may be required on certain installa- tions where operating voltages other than that fur- nished by the power company are required. In such cases, the Contractor shall furnish and install the necessary transformer(s) which shall be Dry -Type General - Purpose of proper type and size for the in- tended load as manufactured by G.E. or approved equal. Phase Monitoring shall be furnished on the incoming secondary service to protect the motors from a phase unbalance, phase reversal or single phase on the 240 06 -8/10 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 or 480 volt, 3 phase, 4 -wire incoming power service. Install the phase monitoring equipment in the pump motor starter enclosures or in a separate enclo- sure. Turner Controls #TC30B -480 with variable setting timer, or approved equal, phase monitoring equipment shall be installed. 06 -21 ELECTRIC MOTORS Electric motors shall be of the size and voltage shown on the Plans and shall conform to the stan- dards of the American Institute of Electrical Engi- neers. Enclosures for motors shall be waterproof except for motors located within the Plant Building. For motors connected to pumps or drive units, the motor shall have thrust bearings of adequate capa- city to safely carry the weight of rotating parts and any unbalanced thrust. Motors shall be General Electric, Westinghouse or Reliance or approved equal. 06 -22 SHOP DRAWINGS Complete electrical and dimensional drawings, along with a detailed functional description shall be pro- vided prior to fabrication for approval by the Con- sulting Engineer. Complete catalog literature detailing component capabilities shall also be in- cluded. Refer to Section 13 - Shop Drawings. 06 -23 EQUIPMENT FINISH All cubicles, cabinets, enclosures, brackets, doors, panels, hinges, and other items are to be thoroughly cleaned and a phosphotizing treatment shall be ap- plied prior to the application of any paint. The phosphotizing shall chemically convert the metallic cabinets to a non - metallic phosphate coating. After the phosphotizing treatment has been applied, the primer will be sprayed on to a minimum thickness of 1 mil. and flash baked for five (5) minutes at 300 degrees F. Paint applied over untreated metal is not acceptable. Finish coats will then be applied over the baked on enamel to a thickness of 1 -1/2 mils. The units must then be rebaked thirty (30) minutes at 300 degrees F. or adjusted equivalent. At least two (2) colors shall be selected by the Engineer from the equipment manufacturer's standard chart of at least fifteen (15) colors. 06 -9/10 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 06 -24 GUARANTEE All control equipment shall be guaranteed against defects in material and workmanship for a period of one (1) year from the date of system acceptance. 06 -25 HEATING EQUIPMENT Electric unit space heaters shall be furnished and installed at such locations as are shown on the Plans or as otherwise specified. Heaters shall be 2000 watt units manufactured by one of the follow- ing: ILG, Wesix, Electromode, Nu -Tone, Chromolox, or approved equal of the size indicated. Heaters shall be fan circulating type suitable for contin- uous operation with thermostatic controls and mount- ing brackets suitable for the particular installa- tion. Where a choice of more than one voltage is available, the unit shall be selected for the volt- age most advantageous to the Owner based on effi- ciency, reliability and general adaptability to the situation. 06 -26 MEASUREMENT AND PAYMENT No separate payment for work performed under this Item. Include cost of same in Contract prices bid for item of which this work is a component part. 06 -10 /10 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 07 - PAINTING AND PROTECTIVE COATINGS 07 -01 GENERAL The Contractor shall furnish all labor, materials, and equipment necessary to provide painting and protective coatings for the following items as spe- cified herein. Preparation and application of pro- prietary coatings specified herein shall be in strict accordance with the manufacturer's recommen- dations and as supplemented by these Specifica- tions. 07 -02 SCOPE OF WORE It is the purpose of this Specification to outline to the Contractor the necessary procedures for ob- taining proper coating and painting application to achieve satisfactory performance of the materials under actual operating conditions. Materials, surface preparation and application of the materials are outlined in detail and specified only as a guide to the Contractor. All painting and coating shall be done strictly in accordance with the manufacturer's instructions and shall be performed in a manner satisfactory to the Engineer. In all cases of dispute concerning material, sur- face preparation or application of materials, the Engineer or coating manufacturer's interpretations and recommendations shall take precedence. The paints and paint products of Kopper Company, Inc. Pittsburgh, Pa., mentioned in the following Specification are set up as standards of quality. The usual "or approved equal" clause shall apply. All materials shall be brought to the jobsite in the original sealed and labeled containers of the paint manufacturer and shall be subject to inspec- tion by the resident engineer on the job, or his appointed representative. Colors, where not speci- fied, shall be as selected by the Engineer. All protective coatings and paints shall be stored in enclosed structures to protect them from the weather and from excessive heat or cold. Many paint materials are flammable and must be stored so as to conform with the County and State safety codes for flammable paint materials. All emulsion- 07 -1/6 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 07 -03.1 Metal type coatings must be protected from freezing wea- ther. All pyrolytic or thermosetting coating materials must be protected from heat in excess of the manufacturer's printed instructions or recom- mendations so as to eliminate the setting reac- tion. No exterior or interior coating shall be done under conditions which jeopardize the appearance or qual- ity of the coating in any way. The Engineer shall have the right to reject all material or work that is unsatisfactory. 07 -03 PREPARATION OF SURFACE All ferrous metal to be primed in the shop shall have all rust, dust, and scale, as well as all other foreign substances, removed by sandblasting or pickling. Sandblast surfaces to the equivalent of a commercial blast surface in accordance with National Association of Corrosion Engineers Stan- dards NACE No. 3 or Steel Structures Painting Coun- cil Specifications SSPC -SP6 and leave clean, dry and ready to receive prime coat. Cleaned metal shall be primed or pretreated immediately after cleaning to prevent new rusting. All ferrous metals not primed in the shop shall be sandblasted in the field prior to application of the primer, pretreatment, or paint. All non - ferrous metals, whether to be shop or field primed, shall be sol- vent cleaned prior to the application of the pre- treatment and /or primer. In addition, galvanized surfaces which are to receive Bitumastic No. 300 -M as the finish coats shall be sandblasted to provide a profile or "tooth ". All exposed cast iron pipe, fittings, and valves which are coated with asphaltum varnish, shall also be cleaned to the equivalent of "commercial" sand- blasting before painting. After erection or installation of shop- coated metal work, clean and retouch all rust spots, all places where paint has been rubbed or scraped off, and all field rivet and bolt heads and nuts. After pre- viously applied paint has hardened, and when sur- faces to receive succeeding coats of paint have been perfectly cleaned and dried, apply paint in 07 -2/6 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 07 -03.3 Wood 07 -04.2 Wood accordance with Section 10 -04 - Painting Schedule set out below. Allow 5 days for hardening of final coat before placing in water. 07 -03.2 Concrete All concrete surfaces to be treated shall be clean of all dust, form oil, curving compounds and other foreign matter. Before applying paint or coatings to a concrete surface the surface must either be etched with a 20% muriatic solution or sweep sand- blasted. Surfaces poured with concrete containing an admixture or hardener or which are finished with a steel trowel, may require sweep sandblasting or "double etching" with a 20% solution of muriatic acid before painting. After acid etching, all surfaces should be flushed copiously with water and allowed to dry thoroughly. Prior to painting, all concrete surfaces shall be clean, dry and free of dust, oil, grease or any other foreign contaminants. Wood surfaces shall be thoroughly cleaned and free of all foreign matter, with cracks and nail holes and other defects properly filled and smoothed. Wood trim shall be sandpapered to a fine finish and wiped clean of dust. 07 -04 PAINTING SCHEDULE 07 -04.1 Concrete and Concrete Block Where specifically called for on the Plans the ex- terior and interior, above grade, surfaces of structures above shall be covered with one (1) coat of Koppers Concrete and Masonry Filler applied at 100 square feet per gallon and two (2) coats of Koppers 600 Acrylic Emulsion applied at the rate of 200 square feet per gallon per coat. Color shall be noted on the Plans, Koppers Semi - Gloss. All wood surfaces, except redwood, shall receive one (1) coat of Kopper's 625 Undercoater applied at 400 square feet per gallon and two (2) coats of Rustarmor 500 - Koppers Co. enamel applied at 500 square feet per gallon. 07 -3/6 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 07 -04.3 Metals General: Prior to application of primer, all gal- vanized surfaces, non - ferrous metals, and cast iron piping shall be treated with Koppers 40 Passiva- tor. Non - submerged, exposed metal surfaces, including but not limited to hydrants, pipes, motors, valves, machinery, etc., shall be covered with one (1) shop coat of Koppers 654 Primer applied so as to achieve a minimum dry film thickness of 1.5 mils and two (2) coats of Koppers Glamorglaze 200 Epoxy applied so as to achieve a minimum dry film thickness of 1.5 mils per coat. Color shall be noted on the Plans. Non - submerged below grade metal surfaces which will be subject to moisture and condensation, including but not limited to machinery, pump suction, piping and pumps, shall be coated with two (2) coats for a total of 35 dry mil thickness of Bitumastic 50 - Koppers applied at 60 square feet per gallon. Submerged or intermittently submerged metal surfac- es including, but not limited to weirs, troughs, valves, rotary arm in clarifier, clarifier inlet baffle and support structure, filtration system, etc., shall be primed with one (1) coat of Koppers 294 Epoxy Primer applied so as to achieve a minimum dry film thickness of 1.5 mils and two (2) coats of Koppers 200 HB Epoxy applied so as to achieve a minimum dry film thickness of 6.0 mils per coat. If metal is not shop painted, field sandblast to near -white finish in accordance with NACE No. 2 Standards or SSPC -SP10 surface preparations speci- fications. After sandblasting apply one (1) coat of Koppers 294 Epoxy Primer so as to achieve a min- imum dry film thickness of 1.5 mils and two (2) coats of Koppers 200 HB Epoxy so as to achieve a minimum dry film thickness of 6.0 mils per coat. All sandblasted surfaces should be primed the same day they are blasted. Any blasted surfaces allowed to sit unprimed overnight should be reblasted prior to priming. Color shall be Dawn Blue #328. 07 -05 APPLICATION OF PAINT On metal surfaces, the painter shall apply each coat of paint at the rate specified by the manufac- turer to achieve the minimum dry mil thickness re- quired. If material has thickened or must be di- luted for application by spray gun, the coating 07 -4/6 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 shall be built up on the same film thickness achieved with undiluted material. In effect this means one (1) gallon of paint as originally fur- nished by the manufacturer must not cover a greater square foot area when applied by spray gun than when applied unthinned by brush. Deficiencies in film thickness shall be corrected by the applica tion of an additional coat of paint. On concrete, application rates will vary according to surface texture; however, in no case shall the manufactur- er's stated coverage rate be exceeded. On porous surfaces, it shall be the painter's responsibility to achieve a protective and decorative finish either by decreasing the coverage rate or by apply- ing additional coats of paint. Apply paint only when temperature and atmospheric conditions are favorable to drying, and are such to preclude condensation on surfaces to receive paint. Do not apply paint when either surface or ambient temperatures are less than 50 degrees Fahrenheit, or when temperature drop of 20 degrees, or below 50 degrees Fahrenheit is forecast. Do not apply paint to surfaces upon which there is frost or moisture, nor during misty or rainy weather unless specific approval is given. Do not apply finish field painting to machinery, equipment, or piping until operational testing has been completed. The Contractor shall submit to the Engineer, imme- diately upon completion of the job, certification from the manufacturer indicating that the quantity of each coating purchased was sufficient to proper- ly coat all surfaces. Such certification shall make reference to square footage figures provided to the manufacturer by the Contractor. Drying time shall be construed to mean "under nor- mal conditions ". Where conditions are other than normal because of the weather or because painting must be done on confined spaces, longer drying times will be necessary. Additional coats of paint shall not be applied, nor shall units be returned to service until paints are thoroughly dry. After installation of machinery and electrical equipment, check base coats carefully and retouch all damaged surface areas. Do not paint name- plates, serial number bases, chrome or bronze trim, or any rotating parts. Clean off any excess paint 07 -5/6 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 that impairs convenient removal of covers on gaug- es, instrumentation, or other equipment fitted with doors or covers. Thinners: Where thinning is necessary, only the products of the manufacturer furnishing the paint, and for the particular purpose, shall be allowed, and all such thinning shall be done strictly in accordance with the manufacturer's instructions, as well as with the full knowledge and approval of the Engineer. Colors: Unless specified on the Plans or elsewhere in these Specifications, color of the painted sur- faces shall be selected by the Engineer. Upon completion of the protective coating and painting, the Contractor shall remove all surplus materials and rubbish and remove all spattered material from surfaces where its presence is objec- tionable. All coated or painted surfaces shall be free from abrasion or other blemish when the pro- ject is ready for final acceptance by the Engi- neer. 07 -06 WORKMANSHIP All work shall be done by skilled craftsmen who are qualified to perform the required work and shall be done in a manner comparable to the best standards of practice found in the trade. All materials shall be evenly applied so as to be free from sags, runs, crawls, wrinkles, holidays, or any other ap- plication defects. All coats shall be of the pro- per consistency and properly brushed out so as to show the minimum of brush marks. All coats shall be thoroughly dry before the succeeding coat is ap- plied. All coats that are intended to hide shall be given another coat if the coating does not pro- perly hide the undercoat. 07 -07 PROTECTION OF WORK Full protection shall be given other work from damage by use of clean drop cloths during the time that the paint is being applied. 07 -08 MEASUREMENT AND PAYMENT No separate payment for work performed under this item. Include cost of same in Contract price bid for items of which this work is a component. 07 -6/6 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 08 - SHOP DRAWINGS 08 -01 GENERAL Without limiting the requirements of any other Sec- tion in these Specifications, six (6) sets of Shop Drawings shall be submitted by the Contractor for the equipment listed below. Shop drawings shall be submitted in accordance with General Conditions of these Specifications. Sludge Dewatering Equipment Electric Controls, Wiring Diagrams, and Motor Control Center Air Compressors Valves (Plug, Gate, Ball, Solenoid, Pneumatic, and Control Type) Magnetic Flow Meters and Recorders Interior and Exterior Lights Chemical Feed Equipment Metal Building and Foundation Design Pumps and Motors, and Fabricated Pipe Readers Paint Systems with Color Samples Plumbing Fixtures Pump Screen Box Bridge Structure Submittal of Shop Drawings shall conform to require- ments contained in the General Conditions of these Specifications. 08 -02 MEASUREMENT AND PAYMENT No separate payment for work performed under this item. Include cost of same in contract prices bid for item of which this work is a component part. 08 -1 /1 5/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 09 - FENCING 09 -01 GENERAL The Contractor shall furnish all material, equipment and labor for performing all work required to erect a fence system complete with all necessary gates, terminal posts, corner and end post bracing, fit - tings, appurtenances, and accessories, where shown on the plans. The fences shall be designated as "chain link fence" and shall conform to the requirements specified under this section and to the details shown on the plans. The fencing shall be as manufactured by the Anchor Post Fence Company or United States Steel Corp., and shall conform to the following specifications. Ap- proved equals having different structural shapes, which meet the minimum equivalent stress require- ments may be substituted. 09 -02 CHAIN LINK FENCE 09 -02.1 General Chain link fence shall consist of galvanized chain link fabric attached to metal posts and fastened to a top rail unless otherwise shown. The height of chain link fence to be erected shall be 7'0 ". The height of chain link fence is measured from the ground to the top strand of barbed wire for the "non- climbable" protective fence specified or to the top of the chain link fabric for other types of fencing. The chain link fence posts and gates shall be equip- ped with protective accessories consisting of post caps with extension arms, upon which shall be strung the specified number of strands of barbed wire, as hereinafter specified when "non - climbable" fence is shown on the plans. All metal parts of the fence and gates, above and below ground, shall be hot dip galvanized through- out. 09 -1/4 9/80 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 09 -02.2 Wire Fabric Wire fabric shall be No. 9 gauge, steel wire, two - inch (2 ") uniformly woven diamond mesh, hot dip gal- vanized after weaving, with top and bottom salvages twisted and barbed. Finished wire shall have a min- imum tensile strength of 75,000 pounds per square inch. The fabric shall be tightly and securely fastened to the line posts by means of galvanized clips (No. 6 gauge wire) at intervals of twelve (12) inches. The fabric shall also be attached to the top rail at in- tervals of approximately twenty -four (24) inches, and shall be fastened to the terminal posts with special clamps and tension strips. 09 -02.3 Gate Posts Opening Size Weight Up to 6' 2 -7/8" O.D. 5.79 lb /ft Over 6' to 13' 4" O.D. 9.10 lb /ft Over 13' to 18' 6 -5/8" O.D. 18.97 lb /ft Over 18' 8 -5/8" O.D. 24.70 lb /ft All gate posts shall be of sufficient length to al- low for a minimum depth of three feet (3') below ground. Galvanized ornamental post tops shall be provided on all gate posts where special protective accessories are specified. 09 -02.4 Line Posts Line posts shall be two and one - quarter inches (2 -1/4 ") weighing 4.1 pounds per linear foot or two and one -half inch (2 -1/2 ") O.D., pipe weighing 3.65 pounds per linear foot and spaced as shown on the plans, but not more than ten feet no inches (10'0 ") below ground. Galvanized fittings shall be install- ed to take the top rail and form a watertight cap for the posts. 09 -02.5 Corner Posts Corner posts shall be two and seven - eights inch (2 -7/8 ") O.D. pipe weighing 5.79 pounds per linear foot or two and one -half inch (2 -1/2 ") square tube weighing 5.79 pounds per linear foot. All posts shall be sufficient length to allow for a minimum depth of three feet no inches (3'0 ") below ground. Galvanized top fittings shall be installed to take the top rail and form a watertight cap for the posts. 09 -2/4 9/80 1 1 1 1 1 1 1 1 1 1 1 1 1 1 r 1 1 1 09 -02.6 Cylindrical Concrete Post Footings All posts shall be set in cylindrical concrete foot- ings. For line and corner posts, a hole ten (10) inches in diameter, greater than three feet no inch- es (3'0 ") in depth, shall be excavated. For gate posts, specifically including double gate posts as specified above, the footings shall be made in pro- portion to the size and height of the post, with a minimum diameter of twelve inches (12 "). All foot- ings shall be properly domed or sloped to shed water. 09 -02.7 Brace Rail The bracing rail shall be one and five - eights inch (1 -5/8 ") O.D., pipe weighing 2.27 pounds per linear foot. 09 -02.8 Gates Gate frames shall be made of two inch (2 ") pipe, pipe weight 2.72 pounds per linear foot, joined at the corner by arc welding forming a solid panel, and hot dip galvanized. The chain link fabric matching that of the fence shall be fastened to the frame by means of adjustable bolts and tension rods. Hinges shall be heavy, malleable, and drop- forged steel and shall be of the ball- and - socket type. The height of a chain link gate is measured from the ground to the top strand of barbed wire when special protective fence accessories are specified, and shall be 7'0" high. All gate installations shall be provided with all the necessary hinges permitting the gate to swing through an arc of 180 degrees; a gate latch provid- ing a positive lock; for double gates, lift rods shall be located at normal heights and striking straps shall be provided to ensure a positive stop when gates are swung to a closed position; a means for locking by a padlock accessible from both front and back of the gate; approved gate shoes for lock- ing with lift rods; and approved stops to ensure a positive stop when gates are swung to an open posi- tion. An approved heavy -duty brass or bronze pad- lock and two (2) keys, keyed alike, and keyed to the Owner's key system, shall be provided for each gate. 09 -3/4 4/80 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 09 -02.9 Protective Fence Assessories Where specifically indicated on the Plans, addition- al "non - climbable" protective fence features shall be installed; they shall be of the type, or types, as shown on the drawings or as called for herein. For chain link fence, all line posts shall be fitted with post caps complete with expansion area, with barbed wire attached thereto. The necessary corner arms shall be provided. The specific type of pro- tective accessory, or extension arm, shall be as listed below, or as herein specified. All extension arms are to be formed with a tongue, or other approved provisions for securely attaching the barbed wire. Wire ties or clips shall be No. 6 gauge wire as herein specified. Gate: For chain link gates, three (3) strands of barbed wire shall be securely fastened to the ex- tended end bars of the gate frames by adjustable hook bolts. 45- Degree Extension Arm: A combination pressed steel extension arm, with malleable iron post cap having an opening for the top rail, shall be clamp- ed, or otherwise securely attached, to each line post so as to incline inward (or outward) at an angle of 45 degrees. The necessary arms for corners shall also be provided. Three (3) strands of barbed wire shall be strung along the top of the fence and securely attached to the arms, as herein specified. Barbed Wire: Each strand of barbed wire shall be composed of two (2) strands of No. 12 -1/2 gauge wire, twisted with four -point (4) thickset pattern, with barbs spaced four (4) inches apart, and galva- nized throughout after fabrication. 09 -03 MEASUREMENT AND PAYMENT The lump sum price bid for the plant fence shall include all labor, equipment, materials, and inci- dentals required to supply and install the fence, complete in place, per the site plan. 09 -4/4 9/80 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 10 - ASPHALT CONCRETE PAVEMENT CONSTRUCTION 10 -01 SCOPE OF WORK The work covered by these Specifications consists of furnishing all labor, equipment, appliances, materials, and performing all operations in connec- tion with the asphalt paving excavation, related hauling, rolling, blading and the completion of subgrade preparation, base material placement, asphaltic concrete pavement, curb and gutter, and related drainage facilities complete in accordance with the Plans, and subject to the terms and condi- tions of the Contract Documents. 10 -02 GOVERNING TECHNICAL SPECIFICATIONS The work covered by these Specifications shall be constructed in accordance with the City of Austin Standard Specifications for Public Works Construc- tion per the latest revisions. 10 -03 MEASUREMENT AND PAYMENT The lump sum price bid for the paving shall include all labor, equipment, materials, and incidentals required to construct the pavement, complete as shown on the Construction Plans and herein speci- fied. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 11 - BELT FILTER PRESS DEWATERING SYSTEM 11 -01 SCOPE OF THE WORK The Contractor under this section shall furnish, install and test one (1) belt filter press and all associated appurtenances and services as outlined below and specified in detail hereinafter. Each belt filter press shall be a system complete and operable in every respect. Any portion or part of the system which does not operate properly shall be replaced and made operable at no additional cost to the Owner. Pre - approval of equipment to be bid is required. Each manufacturer will be required to submit twenty -one (21) days prior to bid opening, all necessary drawings, equipment brochures, layouts, properly marked up catalog cut - sheets, design cal- culations for plant hydraulics, and any other per- tinent data which will aid in the evaluation pro- cess. The following items shall be included in this sec- tion and comprise the belt filter press "system" and shall be supplied by the belt filter press manufacturer: (1) Heavy duty belt filter press with an effective cake width of 2.0 meters (1) Vertical sludge conditioning tank with vari- able speed mixer (part of belt filter press) (1) Belt wash pump (1) Polymer pump (1) Polymer transfer pump (10 gpm, 30' TDH) (3) Polymer tanks (1) Sludge feed pump (1) Electrical control panel (1) Air compressor and receiver tank All appurtenances, pipe, valves, fittings, wiring, etc., necessary to provide a complete operable sys- tem shall be provided by the Contractor. The proper operation of the system shall be the belt filter press manufacturer's responsibility through the Contractor. The belt filter press system shown on the Plans and specified herein are based on Kompress GRS -2, as manufactured by Komline- Sanderson, Peapack, New 11 -1/16 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Jersey. Manufacturers shall have at least five (5) years experience in the manufacture of belt filter presses and related equipment with at least five (5) units of similar size in successful operation with municipal wastewater treatment plant sludge for a minimum of three (3) years. Manufacturers who cannot meet this performance requirement shall furnish to the Owner a performance bond or cash bond in the full amount of the system to guarantee the operation of the system for a minimum of five (5) years. The Contractor is cautioned that this specification includes specific reference to both mechanical design features, size, area, number of components, material of construction, etc. The Engineer has reviewed the specific needs of this project and has selected these features to meet the minimum needs of the project. Compliance with the performance requirements of these specifications will not relieve the Contrac- tor from his responsibility to supply belt filter press units which have the structural, mechancal, and -operational features specified. Equipment which is not considered to be an acceptable equiva- lent product to the equipment specified will not be accepted. The Contractor is hereby advised and warned that there are basic mechanical and geometric differenc- es among models of various manufacturers which will have an effect on installation of the belt press, piping, platforms, structural supports, wiring, etc. The Contractor must have approved shop draw- ings before these dependent items can be finalized. Any changes or additions necessary to complete the belt filter press system and make it operational, regardless of what is shown on the Plans, shall be made at no cost to the Owner. Drawings, specifications and operational informa- tion for this equipment shall be submitted for approval. Should an alternate unit be proposed all costs, including but not limited to allied trades, design changes, design review, submittal review, drawing changes and engineering costs shall be paid in full by the Contractor even if the equipment is rejected. No costs shall be borne by the Engineer or Owner. 11 -2/16 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 All parts of the belt filter press system shall be amply proportioned for all stresses that may occur during fabrication, erection, transportation, in- stallation and intermittent or continuous opera- tion. Workmanship shall be of the highest grade in all respects. All equipment herein shall be designed and install- ed to OSHA Standards. A list of operating installations of three (3) years or more shall be included in the manufactur- er's submittal. 11 -02 BELT FILTER PRESS Each belt filter press shall be designed to dewater 800 pounds of dry solids per hour. Sludge feed solids concentration will be 2 percent by weight. The belt filter press shall produce a cake with a minimum of 17 percent dry solids by weight, 90 per- cent of the time. The suspended solids capture rate shall be 92 percent minimum. The type of sludge to be dewatered is aerobically digested com- plete mix waste activated. The belt filter press shall be a Komline- Sanderson Kompress or equal design that has been approved at least ten (10) days prior to bid. The Contractor shall not submit on or base his bid on equipment that has not been approved prior to the bid. 11 -03 DESIGN The belt filter press shall utilize 3 distinct de- watering zones including a horizontal gravity drainage zone followed by a wedge zone and an in- creasing pressure zone consisting of pressure and shear rollers in the design. It shall be the type which sandwiches the sludge between two dewatering belts beginning at the wedge zone. The belt filter shall produce a cake with a minimum width of 2.0 meters, with a minimum addi- tional 1.3 inches of unused belt on each side. 11 -03.1 Materials of Construction Frame MC6x15.3 & MC4x13.8 carbon steel structures Rollers ASTM A36 or equal 11 -3/16 3/83 1 1 1 1 1 1 1 1 t 1 1 1 1 1 1 1 1 i 1 Plows and sludge mixing equipment Scraper blades Belt filter cloth Belt seam closure Spray header housing Drainage pans Electrical panel Anchor bolts and misc. hardware including all bolts, nuts, washers, springs, fastener clips 11 -03.2 Framework Type 304 stainless steel and plastic High density polypropylene Monofilament polyester Type 316 stainless steel Type 304 stainless steel 14 gauge Type 304 stainless steel 14 gauge carbon steel 18 - 8 stainless steel (Nuts for anchor bolts shall be bronze) Bearings SKF- Double roller pillow block with Trigard Seals In this and other sections of this specification when stainless steel is specified, coatings or use of FRP (fiberglass) is not an acceptable alternate for the belt filter press or its auxilaries. The press frame shall be designed to accommodate all operating and static loads with a liberal fac- tor of safety without deflection, deformation or vibration during operation. The belt filter press frame shall be 3/8 inch thickness welded and /or bolted construction. After fabrication the frame shall be sandblasted to SSPC- SP10 and coated with two coats of epoxy to 4 to 5 mils each coat. 11 -03.3 Sludge Conditioning Tank The belt press shall include a sludge conditioning tank for mixing the sludge with polymer. The tank shall be of the vertical type with a variable speed mixer and shall be mounted to the press frame and discharge to the sludge distribution box located above the gravity drainage belt. The conditioning tank shall be fitted with 304 stainless steel chute entering the distribution box to minimize floc shear. 11 -4/16 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The tank shall be 22 -3/16" diameter by 30" high and shall contain fixed internal baffles. There shall be a turbine type mixer mounted within the tank driven by a 1 HP SCR controlled DC TEFC gearmotor at speeds of 0 to 60 RPM. The drive controls shall be located in the control panel. The minimum tank volume when in operation shall be 50 gallons. Wetted parts of the tank and flared discharge chute shall be constructed of Type 304 stainless steel. Stiffeners, supports and other non - wetted parts shall be carbon steel. The tank shall have a 6" flanged sludge inlet, a 3/4" chemical inlet and a 3" plugged drain. Additional chemical feed connec- tions 3/4" size shall be provided by the Contractor in the sludge feed piping at intervals of 10 feet and 20 feet from sludge inlet connection. Devices combining chemical conditioning and gravity dewatering in the same step, static mixers, in -line venturi mixers, horizontal tanks with internal mix- ers, or vertical tanks with propeller mixers are not considered an acceptable equal, as they do not provide adequate flexibility for process changes and polymer optimization. 11 -03.4 Gravity Drainage Zone The gravity drainage zone shall contain a sludge distribution box with side seals. The distribution box shall be 14 gauge, 304 stainless steel with rubber side seals. The distribution box shall evenly distribute the conditioned sludge from the conditioning tank over the active width of the de- watering belt. The minimum length of belt in the gravity drainage area shall be 8.83'. Sludge plows shall be located in the gravity drain- age zone coming in contact with the dewatering belt. The plows shall disperse sludge to promote more rapid drainage. A minimum of 7 adjustable crossbars shall hold triangular shaped plastic plows on stainless steel rods which shall be verti- cally and horizontally adjustable. Each crossbar shall have 8 plows alternately. A filtrate tray shall be located below the gravity drainage zone to collect the gravity drainage liquid. The filtrate tray shall be 14 gauge, 304 stainless steel and be provided with a flex hose 11 -5/16 3/83 1 1 1 1 1 1 r A 1 1 1 1 1 1 1 1 1 directed to the sump underneath the belt filter. Carbon steel epoxy coated, galvanized, or FRP trays shall not be considered as an acceptable equal. The cloth in this zone shall be supported on re- placeable abrasion resistant plastic wear bar type wipers 8 inches on center. 11 -03.5 Wedge Zone The wedge zone shall accept sludge from the gravity dewatering zone and gradually increase pressure on the gravity thickened sludge. The wedge zone shall contain a distribution box of 14 gauge 304 stain- less steel and replaceable polypropylene side seals. The wedge zone shall contain a filtrate tray of 14 gauge, 304 stainless steel, and be piped to the sump. The bottom cloth in this zone shall be supported on replaceable abrasion resistant plastic wear bar type wipers 8 inches on center. The minimum length of belt in the wedge zone shall be 6.14'. 11 -03.6 Pressure Zone The pressure zone shall contain dewatering rolls which alternately apply compression and shear to the thickened sludge by passing the cake sandwiched between two pressure belts over the rolls in alter- nating directions. The belt press shall have a minimum of one perforated drain immediately follow- ing the wedge zone. The perforated rolls shall have a minimum diameter of 20 inches. A minimum of 7 rolls shall be provided in the pres- sure zone. The filtering media shall be in contact for a minimum of 180 degrees of each of the pres- sure rolls excluding the perforated mild pressure roll and the last roll. The minimum length in actual contact with the rolls shall be 12.35'. As a minimum, all rollers shall be constructed of carbon steel and sandblasted to SSPC -51 and coat- ed with two coats of epoxy totaling 8 -10 mils. The drive and steering rollers shall be carbon steel with 1/4" thick 60 durometer rubber covering. The 11 -6/16 3/83 1 1 1 r 1 1 1 1 1 1 1 1 1 1 1 1 1 1 shall be 2 -7/16" to minimize deflection and defor- mation. The minimum shaft diameter for the steer- ing and idler rolls shall be 1- 7/16 ". Rollers and drums shall be either through shaft or journal con- struction to provide superior life. Welding directly to shafts shall be explicitly prohibited. Filtrate trays shall not be required under the drum zone since drainage is directly into the sump under the belt press. 11 -03.7 Bearings As a minimum, all bearings shall be of the pillow block, double roller design. Bearings shall be SKF or equal with trigard or triple lip seals. All bearings shall be lubricated, regreaseable type having a minimum B -10 life of 100,000 hours. Grease fittings for all bearings shall be extended to the face of the press frame and be greaseable while the belt press is in operation. Permanently lubricated bearings shall not be allowed. 11 -03.8 Scraper Blades Scraper blades shall be located in the cake dis- charge, one on each of the belts, to separate the cake from the belt. The blades shall extend over the entire belt width and be spring loaded with tension adjustable. The blades shall be replace- able polypropylene for extended life. 11 -03.9 Drive Unit The press belts shall be driven by a common 3 HP TEFC, SCR controlled DC motor with a helical -bevel reducer. The belt speed shall be adjustable from 0 to 20 FPM. The drive control shall be located in the control panel. 11 -03.10 Belt Steering For each dewatering belt a pneumatic belt steering system shall be provided. The system shall consist of two steering rollers covered with 1/4" thick 60 durometer rubber, and two pneumatic cylinders. Belt position shall be continually sensed by pneu- matic controllers in contact with the belt edges. These controls actuate the pneumatic cylinders to 11 -7/16 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 properly position the steering rolls. Belt over- ride sensors shall be installed to indicate gross belt misalignment and shut down the entire system. 11 -03.11 Belt Tensioning Each dewatering belt shall have a pneumatic belt tensioning system. The system shall consist of two pneumatic cylinders per belt, connected to a take - up roll. Each pair of pneumatic cylinders shall be interconnected by a pinion on each end of a cross shaft which rides in a rack on the frame to main- tain parallel movement. A pneumatic control board shall be mounted on the press frame for ease of operation. The panel shall contain a gauge, regu- lator, and coalesing filter. The air requirement for both the steering and ten- sioning systems shall be 1.2 SCFM at 100 PSIG for each belt filter. 11 -03.12 Belt Wash System Provide a belt wash station for each dewatering belt consisting of a spray water header, self -con- tained cleaning brush, non - clogging nozzles of 302 stainless steel and enclosure. The wash station enclosure shall be schedule 10 pipe, 304 stainless steel. The spray hood shall be 14 gauge, 304 stainless steel. The built -in brush for cleaning the nozzles shall be designed for hand -wheel opera- tion from the outside of the belt press frame. The upper belt wash water shall be directed to the wedge zone filtrate tray. The lower belt wash water shall be directed to the sump under the press. Belt filter wash stations shall be manufac- tured by Appleton Manufacturing or the Heinrich Stamm Company. The belt wash system shall require plant water at a pressure of 75 PSIG and a flow rate of 38 GPM per belt filter. 11 -03.13 Hardware All bolts, nuts, clips, screws and fasteners shall be a minimum of 18 -8 stainless steel. 11 -03.14 Dewatering Belts Dewatering belts shall be split type manufactured of monofilament polyester with clipper type stain- less steel seams. Seams shall have a tensile 11 -8/16 3/83 1 1 1 1 1 1 r 1 1 1 1 1 1 1 1 1 1 1 1 strength of at least three times belt tension. Seams shall be designed to prevent interference with the scraper blades. 11 -03.15 Junction Box All drives and controls on the belt press shall be factory wired to one electrical junction box mount- ed on the press frame. All pneumatic lines shall be connected at the fac- tory to the pneumatic control board. Only one external pneumatic connection shall be required. 11 -04 K -S KOMPRESS ELECTRICAL CONTROL PANEL One electrical control panel shall be supplied for each belt press. Each panel be preassembled, pre - wired and include all the necessary controls for a completely automatic system. The panel shall be wired suitable for connection to a 3 phase, 60 Hz., 460 volt source. The enclosure shall be wall mounted fabricated of 14 gauge steel and be of NEMA Type 12 design. The finish shall be white enamel inside and blue enamel outside over phosphatized and primed surfaces. Wiring shall be accomplished in neat workmanlike manner and run in PVC wiring duct where practic- able. Where not practicable it shall be supported and tied in position with nylon cable ties. All wiring shall be identified with a number code and all external connections brought to a numbered ter- minal strip. Wiring shall comply with the applic- able requirements of the latest edition of the National Electrical Code. Interconnecting wiring between this panel and the press and other required equipment is the responsibility of the Contractor. The enclosure shall house a dead front main discon- nect, motor starters, DC (SCR) controls, cycle timers, relays, alarms, indicating lights and oper- ator controls required for the operation of the filter press and auxiliary equipment. DC drive control circuitry shall be of the solid state board type for ease of servicing. Operation of the press shall be controlled by oper- ator actuation of the start cycle and stop cycle button. Control shall be semi- automatic or man- ual. 11 -9/16 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11 -04.1 Sequence of Operation: Semi - Automatic Operator controls press start -up and shutdown by actuation of single start /stop button. Timers con- trol starting and stopping of various motors. Alarm conditions energize audible alarm device and appropriate initiate system shutdown. 1. Initial Conditions: (Operator observation) a. Sludge available for processing b. Polymer available c. Belt wash water supply available, or gate valve open d. Panel "Main" disconnect closed. Power supply available to panel. e. Air available 2. Sequence: a. Start -up - Activate start button - automa- tic program will sequentially: 1) Start air compressor. 2) Start the belt wash pump or open solenoid valve. 3) Start the belt drive. 4) Energize time delay for wetting belts - after an adjustable timed interval start sludge feed pump, polymer feed pumps, conditioning tank drive and (conveyor). b. Shut -down - Depress stop button - automatic program will sequentially: 1) Stop sludge pump, polymer pump and conditioning tank drive. 2) Continue (conveyor) for an adjustable timed cycle to completely discharge cake and wash the belts. 3) After timed interval shut off machine drive and wash water pump or close solenoid valve. c. During operation the press control system shall monitor and correct: 1) Minor misalignment of belts - realigned by automatic belt guide system. 11 -10/16 3/83 2) Belt alignment beyond limit - instant shut -down, alarm and fault indication on panel. 3) Low air pressure. 11 -05 AIR COMPRESSOR One (1) air cooled single stage reciprocating air compressor, horizontal tank mounted, is to be fur- nished. Each compressor shall be rated to deliver a minimum of 1.3 SCFM at 120 PSI discharge pres- sure. Each compressor shall be V -belt driven by a rubber cushion mounted 1/2 HP, 1750 RPM dripproof motor, 3/60/230 -460 volts, complete with V -belt guard (to OSHA standards), intake filter - silencer, centrifugal unloader, safety valve, drain valve, shut -off valve, pressure gauge, and pressure switch for stop -start motor control. Each compressor shall be mounted on a 30 gallon receiver, ASME Code constructed and stamped. Compressor unit shall be Quincy Model FA -4. Two coalescing filters shall be provided for each air compressor to remove oil and moisture from the air stream. These filters shall be Model 92DX and 92CX in series in the air discharge line. Spare Parts: 6 filters shall be supplied. 11 -06 POLYMER FEED SYSTEM Tanks, pumps, piping, valves and controls shall be provided so that either dry - polyelectrolyte or liquid polyelectrolyte may be used in the dewater- ing process. The following modes of operation shall each be possible, at the plant operator's option: 1. Receiving and storing liquid polymer in drums, it shall be possible to pump undiluted polymer from the drums to either the first floor stor- age tank or the second floor day tanks. The transfer pump shall have an on -off switch at both the first and second floors. 2. Receiving liquid polymer in bulk (tank truck loads or dischargeable drums), it shall be pos- sible to deliver undiluted polymer to either the first floor storage tank or second floor day tank using the delivery truck's pump /pres- sure system. 11 -11/16 3/83 3. Receiving dry polymer in bagged lots, it shall be possible to dilute and wet the polymer in the first floor storage tank. 4. After mixing and diluting either liquid or dry polymer in the first floor storage tank, it shall be possible to pump the diluted polymer to the second floor day tank. 5. From the second floor day tank, containing diluted polymer, it shall be possible to pump the diluted polymer to the belt presses at metered and controlled rates. 6. From the second floor day tank, containing un- diluted liquid polymer, it shall be possible to pump the undiluted polymer at metered and con- trolled rates to combine with potable water, from which the diluted mixture will travel to the belt presses. 11 -07 POLYMER SYSTEM EQUIPMENT One (1) dry type polymer feeder shall be provided for mixing and metering the polymer solution used as a dewatering aid. One (1) polymer feed pump shall be bronze construc- tion rotary gear type with screwed suction and dis- charge connection and include bronze pressure relief valve. Pump shall include a flexible coup- ling for direct connection to a 1 -1/2 HO totally enclosed DC gearmotor for SCR variable speed remote control. The drive controls shall be located in the control panel. Each pump and drive shall be mounted on a channel steel base with a coupling guard. Pump shall be rated to deliver up to 0.4 to 6.5 GPM at 100 PSIG pressure. One (1) polymer dissolving tank shall be 6'4" dia- meter and 5'0" high, 1050 gallon capacity with a 3" x 2" x 1/4" steel angle top ring, 1/4" minimum thickness steel bottom and wrapper plate. The mixer shall be a propeller type with stainless steel shaft and propellers and be driven by a 1750 RPM, 1 HP, totally enclosed gearmotor drive with 350 RPM output speed. A waterproof plywood cover, painted with an inert paint, shall be provided, bolted to the top of the tank and fitted with hing- ed doors. Fiberglass or plastic tanks are not acceptable. Tank shall be sandblasted to near white metal and finished with two (2) coats of epoxy paint to a total of 8 to 10 mils. 11 -12/16 3/83 Polymer dissolving and day tanks shall be 5'6" diameter and 4'3" high, 650 gallon capacity with a 3" x 2" x 1/4" steel angle top ring, 1/4" minimum thickness steel bottom and wrapper plate. The mixer shall be a propeller type with stainless steel shaft and propellers and be driven by a 1750 RPM, 1 HP, totally enclosed gearmotor drive with 350 RPM output speed. A waterproof plywood cover, painted with an inert paint, shall be provided, bolted to the top of the tank and fitted with hinged doors for charging the tank. Each mixing tank shall include a 3/4" water meter, Neptune Type S, and quick opening valve, Powell Fig. 362 or equal. An eductor with siphoning hose shall be included on the dry mixing tank. The meter shall be for metering the batch water for the mixing of the chemicals. Each tank shall be installed by the contractor and grouted to level as required. The following items shall be installed by the Con- tractor as shown on the drawings: a dilution educ- tor with funnel, calibrated sight glass water flow - meter, a 1" water meter, Neptune Type S, and two quick- opening valves, Powell Fig. 362 or equal. These items shall be for metering the batch water and for the mixing of the chemicals. Each tank shall be installed by the Contractor and grouted as required. 11 -08 SPARE PARTS The following spare parts shall be included for each belt press: One set - Dewatering belts (provide 3 mos. after startup) One set - Doctor blades One set - Sludge side seals One set - Wash water housing seals One - Bearing of each different type and size used, excluding motor and drive bearings One gallon - Finish touch up paint Three - Fuses of each size used One - SCR control board of each size used 11 -13/16 3/83 11 -09 PAINTING The manufacturer will be responsible for providing a completely corrosion resistant coating for the frame and other parts. The units will be delivered requiring no further field painting. The Contrac- tor shall be responsible for touch -up in accordance with the manufacturer's requirements. Motors and gear drives shall receive a standard factory enamel. All metal parts, excluding stainless steel motors and gear drives, shall be sandblasted to near -white metal in accordance with SSPC- SP -10, primed with two (2) coats of primer and finished with two (2) coats of Tnemec 466 Hi -build Epoxy, 4 -5 mils per coat. 11 -10 START -UP AND SUPPLIES 11 -10.1 Supplies The belt press vendor shall conduct field or labor- atory tests on actual sludge from the sewage treat- ment plant to determine the optimum type, brand, and dosages of chemicals required in the sludge dewatering process. The Contractor shall order and furnish a three (3) month supply of the selected chemicals. 11 -10.2 Polymer Drum Pumps Two (2) portable electric drum pumps shall be pro- vided by the Contractor for pumping concentrated liquid polymer from drums into the polymer dissolv- ing tanks. Adequate electrical outlets shall be furnished to accommodate the drum pumps. 11 -10.3 Start -Up The belt press manufacturer shall furnish the ser- vices of an experienced field engineer for a mini- mum of seven (7) full days, or longer if required, to make adjustments and give installation, operat- ing and maintenance instructions. 11 -14/16 3/83 11 -10.4 Operating Manual Contractor shall assemble four (4) sets of manufac- turer's shop drawings, installation, and operating /maintenance instructions into operating manuals. Manuals shall include lubrication, maintenance, and trouble shooting instructions for all pumps, press- es, and other mechanical and electrical components. Manual- shall include the company and its address and phone number, from whom repair service and replacement parts may be ordered for all equip- ment and supplies. 11 -11 BELT WASH PUMP One (1) belt wash pump shall be supplied of the centrifugal type in standard construction each for 38 GPM at 75 PSIG discharge pressure with 5 HP totally enclosed constant speed motor. 11 -12 SLUDGE PUMP One (1) sludge feed pump shall be supplied of the progressive cavity type in standard construction rated for 25 to 200 GPM at 30 feet TDH and include variable speed drive with 10 HP, TEFC motor, coup- ling, guard, and steel based. The drive controls shall be located in the master control center and at the pump remote disconnect. 11 -13 CAKE DISCHARGE It is essential that the belt filter press and building be arranged so that the dewatered sludge cake can be discharged directly into the bed of a standard open -bed dump truck. No conveyors between the belt press and the truck will be allowed, except as shown for alternate bid. A 304 - stainless steel chute shall be included to direct the cake from the press discharge to the slot in the floor. For each different belt press manufacturer, a some- what different building arrangement may be neces- sary to achieve the above objective. In each case, the bidder will be responsible for furnishing a building and components compatible in arrangement with the belt press. 11 -15/16 3/83 11 -14 MEASUREMENT AND PAYMENT The lump sum price bid for the belt filter press dewatering system shall include all labor, equip- ment, materials, and incidentals required to fabri- cate and install the system, complete with all electrical, mechanical, structural and specified appurtenances as shown on the construction plans and herein specified. 11 -16/16 3/83 SECTION 12 - INSTALLATION OF SLUDGE PUMPS AT EXISTING PLANT LIFT STATION 12 -01 GENERAL The scope of work shall include the supply and installation of progressive cavity pumps in paral- lel with the two existing self - priming sewage pumps in operation; the installation shall include pump, motor, V -belt drive, all piping, fittings and valves, from suction pipe to discharge pipe, all electrical equipment, buried electrical service conduit with conductors, remote on -off selector and internal wiring. System to be as shown on draw- ings. 12 -02 PUMP AND MOTOR The pumps shall be of the horizontal progressive cavity type, specifically designed for the handling of sanitary domestic sludge. Each pump must have the necessary characteristics and be properly selected to perform under the above operating conditions. Each pump at its lowest rated speed shall be designed to insure unattended automatic repriming in a complete open system without suction or dis- charge check valves and with a dry suction leg. Upon completion of repriming cycle, pumps shall deliver full rated capacity at rated TDB at the designed total dynamic suction lift. The openings and passages of the pump shall be large enough to permit the passage of a sphere of 3 -inch diameter. The pump must be equipped with a removable cover plate, allowing complete access to pump interior to permit the clearance of stoppages and to provide simple access for service and re- pairs without disturbing suction or discharge pip- ing. The pump shall be Netzsch Nemo Progressing Cavity Pump Model No. NE80A, cast iron housing tool steel internal, tool steel chrome plated rotor turning in a Buna N synthetic rubber stator, packed stuffing box, 4" - 125# ASA suction and discharge flanges, or approved equal. 12 -1/2 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 12 -03 MOUNTING 12 -04 PIPING The motor shall be a Reeves mechanically variable speed drive motor. The motor rating shall be 10 HP, 60 Hz, 230/460 volts, 3 phase. Each pump shall operate at 25 gpm to 200 gpm at 25 to 40 ft. TDH. The pump shall be complete with motor base and sheet metal belt guard. The pump shall be mounted on a concrete pad which shall be poured as shown on the plans. Suction and discharge piping shall be sized as shown on the plans. 12 -05 ELECTRICAL CONTROL PANEL The pumps shall be furnished by the belt press ven- dor as part of his equipment package. Electrical switchgear and controls shall be located in the master control center for the sludge dewatering system. The on -off controls shall be manually operated. Two sets of controls will be required. One on -off switch located in the belt press building adjacent to belt press and one on -off adjacent to pump at remote disconnect. 12 -06 PAINTING Pump and equipment, pipe and fittings shall conform to Section 07 - Painting and Protective Coatings. 12 -07 MAGNETIC FLOW METER Each press shall include a magnetic flow meter with a digital indicator for the volumetric flow rate (in gpm) and records the total (accumulated) flow (in gpm X 1000) reaching the press. 12 -08 MEASUREMENT AND PAYMENT No separate payment for work performed under this item. Include cost of same in Contract prices bid for item of which this work is a component part. 12 -2/2 3/83 SECTION 13 - MODIFICATION TO SEWAGE TREATMENT PLANT 13 -01 ACCESS BRIDGE 13 -01.1 Structure An access bridge shall be provided between the two existing wastewater treatment units. The bridge shall be fabricated from C12" x 20.7 (k /L.F. structural steel sections, interlaced for rigidity with 2" x 2" x 1/4" thickness structural steel angle iron. The bridge shall span across the full width, supported on each end by the basin wall. The bridge shall be designed and constructed so that the maximum direction shall not exceed 1/800 of the span, with all dead loading, torque loading, and a live load of 30 pounds per square foot. The bridge shall be anchored at the one (1) end, and slide guides shall be provided at the opposite tank wall to allow for thermal expansion. The access walkway shall be a minimum of 3'0" wide and shall consist of removable steel grating sections of 1 -1/4" x 3/16" x 1" clear spacing, hot dipped galvanized, complete with standard galvanized hold -down clips. Removable grating sections shall not exceed 5 ft. lengths and shall be recessed flush with bridge beam. Sections shall be straight and true. The bridge shall be provided with handrails along both sides. Handrails shall be two -rail type with the top rail extending 3'6" above the bridge deck, fabricated of 1.9" O.D. (1 -1/2" nominal) aluminum pipe. Hollaneder speed -rail approved equal. Bridge anchor bolts shall be no less than 1/2" diameter. 13 -01.2 Cleaning The equipment shall be thoroughly cleaned and prepared in the shop in accordance with this specification and all scale, oxides, weld flux, etc., shall be removed. All burrs, casting scars, and sharp edges shall be ground smooth. 13 -01.3 Galvanized Surfaces, Stainless Steel, and Nonferrous Metals Do not paint. 13 -1/3 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 13 -01.4 Finish Painting Refer to Section 07 - Painting and Protective Coatings for detail prime and finish painting. 13 -02 AREA DRAIN Area drain shall be constructed at the location shown on the Plans. Grate inlet shall be 18" x 18" cast iron slotted inlet with concrete box approxi- mately 18" x 18" x 24" deep with 10" outlet. The outlet pipe should be 10" P.V.C. SDR 35 laid at a minimum grate of 1% towards the existing 10" line to be tied into. The existing line is either a cast iron or clay pipe. Type of connection into existing line shall be determined at time of expos- ing the existing 10" line. 13 -03 PUMP SCREEN BOX Pump screen box shall be fabricated per detail shown on the plans. Fabrication should be of mini- mum 3/16" steel, the openings for the screen inlet to the pump shall be a 3' x 3' opening and should be a fabricated slide slot using minimum of 3/16" steel. The screen frame thickness is approximately 12 inch, therefore, the slots shall be a minimum of 5/8 of an inch wide. There should be three (3) screen units provided. The slotted brackets to hold the screen shall be constructed inside the outside of the box at two locations. The screen material shall be stainless wire, coined from 0.130 inch diameter stock, rapped around 1/2 -inch bar stock, maximum bar support distance 4- inches, slots between wires shall be 0.030 inches, Enviroquip or approved equal. The lifting handle shall be 1 -1/2 inch angle iron with 3/4 inch hole at the upper part of the handle frame. The pump screen box shall be bolted with 1/2 inch drill and anchors and a mastic material shall be spread at the connection point of the box and the existing tank walls and floor to secure a reasonably tight seal. Contractor shall coordinate the dewatering of the chlorine contact chamber with the City of Round Rock Wastewater Treatment Operating Forces and set up a schedule to dewater that would be convenient to both parties. 13 -2/3 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 13 -04 ROOF ADDITION TO EXIXTING CHLORINE TANK STORAGE AREA Contractor shall construct a roof over the existing chlorine storage area per the details on the plans. All wood framing shall be douglas fir structural grade quality. No splices allowed in any of the construction. The wood framing shall be secured to the existing steel structure per the details on the plans using steel straps as noted. The sheeting material shall be 12 ft. long galvanized corrugated 10 guage sheet iron and shall be secured to the frame work using approved lead head or neoprene gasket nails. The facial edge of the sheet iron roofing material shall be finished with the corru- gated redwood trim stripes matching the corruga- tion. The Contractor shall not interfere with the normal operation of the chlorination equipment. 13 -05 ADDITIONAL WALL AT SPLITTER BOX The Contractor shall supply and install a steel plate wall extension around the existing splitter box at the point of termination of the force main. The wall shall be constructed with 3/16" thick steel plate 24" high. There shall be no more than two splices in each side wall. Splices shall in- clude 1/8" rubber gaskets and three (3) 1/2" bolts. The wall plate shall include a 3" wide base plate secure with 1/2" drill in anchor bolts at 18 inches on center. 1 /8" rubber gaskets between base plate and concrete wall shall be provided or approved mastic sealant may be substituted. 13 -06 MEASUREMENT AND PAYMENT The lump sum price bid for the fabrication, supply- ing and installing each of the following items: the access bridge, drain, pump screen box and roof addition to the chlorine storage area and addition- al wall at splitter box at the existing Sewage Treatment Plant shall include all labor, equipment, materials and incidentals required to fabricate and install each of the items complete per specifica- tions, along with all specified appurtenances as shown on the construction plans, at the site for a complete and operating installation. 13 -3/3 3/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 14 - METAL TREATMENT PLANT BUILDING 14 -01 GENERAL These Specifications describe a 36' x 36', 2 story metal building at the Wastewater Treatment Plant in Round Rock, Texas, and a 50' X 90' X 12' eave height alternate bid metal building. The work in- cludes site work, foundation and building construc- tion and plumbing, electrical and mechanical in- stallations. The Contractor shall furnish all labor, materials, equipment, tools and all inciden- tals for accomplishing the work as shown on the Plans and as described in these Specifications. The building manufacturer shall coordinate with the Contractor and Electrician for the addition of framing, where necessary, to mount and support con - trol panels. 14 -02 REINFORCED CONCRETE FOUNDATION The building manufacturer shall supply a foundation design to support the building. The foundation design included in the Plans is a minimal design without consideration of the building. The build- ing foundation design shall modify the design pre- sented in the Plans, as required. Concrete shall be composed of Portland Cement, sand, and gravel thoroughly mixed to such propor- tions as will result in a dense concrete having a compressive strength of not less than 2500 psi at 7 days and 3750 psi at 28 days and steel bars as shown on the Plans. Reinforced concrete shall con- form to Section 03. 14 -03 STEEL Steel bars form reinforcing shall conform to the current Specifications for "Billet -Steel Bars for Concrete Reinforcement" ASTM Designation A -15, Structural and Intermediate Grades, and when placed in the work shall be free from dirt, rust, mill scale, grease, oil, or other foreign matter that will reduce the bond. All steel shall be domes- tic. 14 -04 SITE WORK The Contractor shall grade the site so that the floor slab shall be level and shall have a minimum 14 -1/9 5/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 of 6" elevation above finish grade at all points or as shown on the plans. Fill material shall be imported as required, and such fill material shall have a plasticity index of not more than 16. Fill material and floor subgrade shall be compacted to 95% of maximum density at optimum moisture in accordance with AASHO T -99. Site work shall be as described in Section 02 - Earthwork. 14 -05 FLOOR SLAB 14 -05.1 General It shall be Contractor's responsibility to ensure that the floor slab is laid to the proper grade. The Owner will set a bench mark, if not already set at the site, for the slab and a location stake for one corner of the slab. It shall be the Contrac- tor's responsibility to locate the other corners so that building dimensions and angles are correct. A grade beam shall be around all sides, and tie beams shall be under interior walls. The floor slab shall be 5 inches thick and shall be reinforced by No. 3 bars spaced 18 inches apart each direction. Reinforcing steel shall be held in position by sup- porting chairs or by other means as approved by the Engineer. 14 -05.2 Concrete Concrete work shall be as described in Section 03 - Concrete. 14 -05.3 Sealer One. (1) coat of Spartan -Cote, Cure -Seal- Hardener by The Burke Company, shall be applied per manufactur- er's specifications. 14 -06 BUILDING 14 -06.1 General The building shall be 36 feet wide and 36 feet long (36' x 36') with a clear span throughout and shall have an eave height as shown on the plans and shall have a roof slope of 4:12. Framing shall be of steel in accordance with AISC and AISI design and gauge specifications anchored to slab with 5/8" 14 -2/9 5/83 1 1 1 1 1 1 1 r 1 1 1 1 1 1 1 1 1 1 bolts. Covering shall be 26 gauge multi -rib gal- vanized steel panels, long continuous length, with 1/4" hexagonal head, cadmium- plated, self- tapping screws with steel back neoprene washers. Gables shall be flashed with galvanized box -type facia trim. Weather-seal box gutters shall be provided where shown on the plans. Galvanized steel for gutters, downspouts, trim, flashing, and other miscellaneous uses shall be 26 gauge or heavier and shall conform to ASTM A -446, 1.25 ounce coating and shall be white. Eaves gut- ters, 4 -1/2" x 6 ", shall be formed to match the sculptured profile of the gable facia and equipped with heavy gauge, galvanized adjustable supports of 24 -inch centers. Square downspouts shall be equip- ped with wall attachments, 45 elbows at the floor line and precast concrete splash blocks. Gutters shall be installed over each door. Metal wall and roof panels shall be coated on both sides with heavy -duty rolled on color in a shade to closely match the existing building. Color coatings on the exterior side of the panels shall have a 5 -year performance rating. The interior side of the panels shall have a white wash coat. The roof shall have 36" x 11'0" standard ribbed white plastic skylights as shown on the building Plans. The building shall include two (2) 10 -foot long gravity flow type ridge ventilators with 12" throat, bird - screens, and adjustable dampers, chain operated from floor. Two (2) overhead doors, one 12 feet wide x 12 feet high (12' x 12') and one 10 feet wide by 10 feet high (10' x 10') shall be provided, located as shown on the Plans. 14 -06.2 Design Criteria (a) Structural mill shapes and welded plate sec- tions shall be designed in accordance with the latest edition of AISC, "Specification for the Design, Fabrication and Erection of Structural 14 -3/9 5/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Steel for Buildings ". Cold formed steel mem- bers shall be designed in accordance with the latest edition of AISC, "Light Gauge Cold - Formed Steel Design Manual ". (b) Roof line load shall be applied to the hori- zontal roof projection and shall be 20 psf. A design wind loading of 25 psf shall be applied to the primary framing and bracing in accor- dance with the MBMA "Recommended Design Prac- tices Manual ". A design wind pressure 25 psf shall be applied to the wall panels and girts. The structure shall be designed to withstand an uplift pressure of 31.25 psf. (c) The building manufacturer shall furnish a let- ter of design certification with the seal of a registered professional engineer. This certi- fication shall be submitted prior to commence- ment of construction. 14 -06.3 Structural Framing (a) Primary and secondary structural framing shall be shop fabricated and field bolted. If re- quired for minor modification of secondary framing or for field located accessories, field cutting, drilling and welding, shall be noted on drawings of building manufacturer. (b) Steel structural members fabricated from plate or bar stock shall have the flanges and webs joined on one side of the web by a full pene- tration continuous automatic submerged arc welding process and shall have a minimum yield strength of 42,000 psi (ASTM A -529). Subject to approved design stress analysis on frame prior to fabrication. (c) Hot rolled sheet, plate and strip used in welded plate sections shall conform to the requirements of ASTM A -36, A -529, A -572 Grade 42, or A -570 Grade E, as required by design. Hot rolled sheet and strip used in cold formed members shall conform to the requirements of ASTM A -245 Grade E, or A -570 Grade D, with a minimum yield strength of 50,000 psi. (d) Cold formed sections shall be manufactured by precision roll or brake forming. 14 -4/9 5/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 i 1 1 1 (e) Shop connections shall be welded in accordance with the AWS Standard "Structure welding Code" latest edition. Welders and the welding pro- cess shall have been previously certified by an independent testing laboratory. Flange to web welds shall be by hand are process. Butt welds in flange and web plates shall be full penetration. (f) Field connections shall be bolted. High strength bolts shall be installed by the turn of the nut method. Bolts shall be: Primary connections - High Strength Bolts; ASTM A -325 Secondary connections - Machine Bolts; ASTM A -307 (g) Primary framing shall be either welded built - up sections or structural mill shapes, either constant or tapered section. (h) Purlines, girts and eave struts shall be eith- er cold formed or structural mill sections. (i) Base angles for attaching the bottom of the wall panels will be continuous and anchored to the concrete foundation. (j) Flange bracing shall be cold formed and shall laterally brace the inside unsupported flange of primary framing as required by the design. (k) Framed openings shall be structurally framed as required by the design loads. (1) Shop painting. All fabricated structural steel, after inspection for accuracy of fabri- cation, shall be cleaned to remove loose mill scale, rust, flux, dirt, and other foreign matter, and receive one coat of shop primer. 14 -07 METAL BUILDING ACCESSORIES 14 -07.1 Personnel Doors Door frames shall be furnished with weathertight head and jamb trim. Door leaves and frames shall be bonderized and painted one coat rust inhibitive quality primer, neutral tan color, oven dried, and 14 -5/9 5/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 conforms to ASTM specifications #D -714 and #B -117 for humidity cabinet and salt spray tests. Door leaves: Door leaves shall be standard duty, seamless hollow steel construction conforming to commercial standard CS242 -62, U. S. Department of Commerce, and the Steel Door Institute Specifica- tions for Type I Classification. Door leaf shall be 3' -0" x 7' -0" x 1 -3/4" with No. 20 gauge, roller leveled, prime quality, cold rolled, seamless, steel face sheets. Door leaf core shall be one piece honeycomb securely bonded to both face sheets. Door leaf edges shall be mechanically in- terlocked. Door leaves shall be mortised for 4 -1/2" template hinges and prepared for government series 160 type locksets. Door frames: Door frames shall be 16 gauge steel, with 2" face, 5 -3/4" deep. Door frame corners shall be mitered on knock -down frames. Hinge jambs are mortised for 4 -1/2" x 4 -1/2" template hinges. Lock jambs are prepared for government series 160 lock strike. Two rubber door silencers shall be furnished for strike jambs or frame heads. Hardware: Hinges shall be 4 -1/2" x 4 -1/2" by 10 gauge, full mortise, plain bearing, steel prime painted, three per door leaf. Lockset shall be standard duty, bronze plated, keyed alike, govern- ment series 160 A or equal. 14 -07.2 Overhead Door Openings Overhead door openings shall include a cold- formed structural framed opening and weathertight head and jamb trim. All necessary framing and hardware for installation and operation of the doors will be provided by the door manufacturer. 14 -07.3 Aluminum Windows Windows shall conform with all requirements of the A.A.M.A. 302.9 -1972 (Architectural Aluminum Manu- facturers Association), master specifications DH -A2 HP and HS- B1 -Hp, and ANSI A134 -1 -1972. Type and sizes as shown on the drawings shall be furnished with all necessary hardware. Materials: All structural members of windows shall be of extruded aluminum 6063 -T5 alloy, .062" thick 14 -6/9 5/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 within commercial tolerances and A.A.M.A. specifi- cations. Structural aluminum shall have ultimate tensile strength of 22 ksi, and a yield strength of 16 ksi. Glass shall comply as to ratings of design pressure in high wind zone areas. Exposed surfaces of all aluminum members are to have a Class I ex- truded mill finish. All windows shall be horizontal slide windows. Horizontal slide windows' sash shall not be remov- able and shall slide on extruded rigid vinyl glides. Sash checkrail shall be tubular hollow extrusions for additional strength. Glazing shall consist of S.S.B. glass. Removable half screens shall be provided with fiberglass mesh. 14 -07.4 Skylights and Wallights Translucent skylight and wallight panels shall be moulded to the configuration of the covering and shall be of polyester base fiberglass reinforced. The skylights and wallights shall be white with an approximate light transmission of 60% and heat transmission of 30%. Skylight(s) shall be provided in locations as shown on the Plans. Standard duty skylights and wallights shal be 0.060 inch nominal thickness conforming to Commercial Standard CS 214 -57, Type II, Fire Retardant, U. S. Department of Commerce. 14 -08 BELT PRESS ROOM INTERIORS 14 -08.1 General The belt press rooms shall be finished with inter- ior metal liner panels 10 foot high. The ceilings and walls shall be insulated per Section 15 -09. 14 -08.2 Painting Apply two (2) coats of Koppers Glamorglaze 200 Epoxy, total thickness 3.0 mils. Primer per manu- facturer's recommendations, Kopper 654 Epoxy Pri- mer. Color - Northern Sky 385. 14 -7/9 5/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 14 -09 INSULATION 14 -09.1 General This Section includes partition insulation neces- sary to insulate walls and ceiling in the metal building. 14 -09.2 Metal Building The roof and outside walls shall have a 1" thick fiberglass blanket -type insulation with a 0.004" vinyl vapor barrier facing on one side. Insulation shall be supported between steel members by a 2" galvanized wire mesh. Where interior metal liner panels are installed, there shall be installed 3 -1/2" thick R -15 insula- tion. 14 -10 LIGHTING Interior lighting shall be included to provide a general illumination of at least 100 foot candles. 14 -11 ELECTRICAL WORK All electrical installations shall comply with the National Electrical Code. Electrical work shall include all items of labor and material required for a complete installation. Circuit breaker panels shall be provided as required. 14 -12 PLUMBING Plumbing shall be done in accordance with Section 04 - Pipe and Piping. Plumbing fixtures and acces- sories shall be as specified in drawings. 14 -13 EXPOSED METAL PAINTING All exposed metal, such as supports, doorway open- ings (passage and overhead) and other primered steel members visible from front, shall receive two (2) coats of enamel; color to match building trim color. 14 -8/9 5/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 14 -14 CLEAN -UP At the completion of construction a house cleaning or building maintenance service shall wash, wax or otherwise clean according to the type of surface involved, all types of floors, glass, interior tiled or glazed walls, trim, plumbing fixtures and other soiled surfaces directed by the Engineer. This service is not to be construed as releasing the Contractor or anyone under his direction, from the protection, care and cleaning -up as required in the General Provisions. 14 -15 MEASUREMENT AND PAYMENT No separate payment for work performed under this item. Include cost of same in Contract prices bid for item of which this work is a component part. 14 -9/9 5/83 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 15 - CONVEYOR 15 -01 GENERAL The conveyor equipment as supplied by Serpentix Conveyor Corporation or equal, shall consist of belt pans, tracks and supports, take -up and drive stations. The conveyor shall be 27 feet long (cen- terline to centerline) with 20 inch wide belt pans and shall travel at 15 FPM. Loading onto the con- veyor shall be distributed evenly and shall not exceed a rate of 1.5 TPH. The conveyor shall have a watertight modular conveying surface with a 20 degrees troughed cross section. Each modular sec- tion shall have a transverse fold that permits the assembled belt to make continuous vertical, hori- zontal and helical turns and that will flatten out as it goes over the terminal, to allow for contin- uous belt cleaning with a pretensioned scraper bar. The modular belt pan section shall be reinforced with galvannealed steel stiffeners molded into each modular belt section to achieve troughing. The conveyor will be so designed that all moving parts of the system, excepting the drive station and ten- sion /take -up stations, will pass a single designat- ed point along the conveying path which may be used for maintenance and /or service of the unit(s). 15 -02 CONVEYOR BELTS The conveying surface will consist of modular belt sections 20 inches wide, moulded of neoprene rub- ber, fastened every 8 inches and supported by a steel attachment welded to a chain which guides the conveying surface. Each modular section will have a transverse fold at least 1 -1/2 inches high, per- manently molded into the rubber. The 4 inch pitch chain shall be guided by ultra- high - molecular- weight polyethylene track which is permanently attached to an I -beam. 15 -03 TRACKS AND SUPPORTS Track sections of required length shall be pre - assembled, ready for bolting where indicated. The conveyor track and supports shall be steel and all structural steel members shall conform to ASTM A -36. All shop welding shall conform to the latest standards of the American Welding Society. All nuts, bolts, and washers shall be zinc plated 15 -1/3 6/83 1 1 1 1 1 1 1 1 1 t 1 1 1 1 1 1 1 1 1 steel. The take -up station shall consist of a tail sprocket, take -up unit, and track all mounted in a structural frame and ready for installation. Fac- tory finish shall be 2 mil thick Carboline Rustbond 8 HB. 15 -04 DRIVE UNIT The drive station shall consist of a 1 -1/2 HP, 230/460 volt, 3 phase, 60 hertz, TEFC motor, gear reducer, V -belt, sheaves and sprocket which in com- bination give the proper belt speed for the load indicated. A single chain drive between reducer and sprocket shaft is to be provided for safety in case of sudden excessive overload conditions. The chain drive sprockets shall be interchangeable in order to provide a fixed speed range of 20 -50 FPM by means of other size sprockets. 15 -05 BELT SCRAPER A pretensioned steel scraping mechanism to remove material constantly from the conveying surface shall be provided at the discharge end. 15 -06 SPARE PARTS One (1) set of spare parts shall be provided for the conveyors recommended by the conveyor manufac- turer. 15 -07 FABRICATION AND INSTALLATION All equipment furnished under this section shall be fabricated, assembled, erected, and placed in pro- per operating condition in full conformity with detailed drawings, specifications, engineering data, instructions, and recommendations furnished by the equipment manufacturer. Final assembly of the entire conveyor unit may require the cutting and redrilling of some of the track sections in order to conform with any site or drawing devia- tions. This work shall be performed by the con- tractor on site. 15 -08 FIELD SERVICE The manufacturer's field engineer or representative shall be on hand to inspect and check the installa- tion at the time of the initial start -up and opera- tional testing of the equipment. 15 -2/3 5/83 15 -09 MEASUREMENT AND PAYMENT No separate payment for work performed under this item. Include cost of same in Contract prices bid for item of which this work is a component part. 15 -3/3 5/83